Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
56-10 RESOLUTION
• RESOLUTION NO. 56-10 A RESOLUTION AWARDING BID #10-17 AND APPROVING A CONTRACT WITH CB&I, INC. IN THE AMOUNT OF $1,551,000.00 FOR CONSTRUCTION OF A 500,000 GALLON ELEVATED WATER STORAGE TANK, APPROVAL OF A $49,000.00 CONTINGENCY, AND APPROVAL OF A BUDGET ADJUSTMENT IN THE AMOUNT OF $1,600,000.00 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 #10-17 and approves a contract with CB&I, Inc., a copy of which is attached to this Resolution as Exhibit "A' and incorporated herein as if set out word for word, in the amount of $1,551,000.00 for construction of a 500,000 gallon elevated water storage tank. Section 2. That the City Council of the City of Fayetteville, Arkansas, hereby approves a project contingency in the amount of $49,000.00, and a budget adjustment, a copy of which is attached to this Resolution as Exhibit "B" and incorporated herein as if set out word for word, in the amount of $1,600,000.00. PASSED and APPROVED this 6th day of April, 2010. APPROVED ATTEST: DRA E. SMITH, City erk/Treasurer ....................... i -kc. • . \-CY 0.6 • C ie -PI* z- ••• ciAtr- E- EFAYETTEVILLEr; %-eNal:PIO N SY.W ........... ......... .. ..... • DOCUMENT 00500 • •EXHIBIT A CONTRACT THIS AGREEMENT, made and entered into on the 16i day of anis 4010 by and between CB&I, Inc of Alpharetta, GA, herein called the Contractor, and the City of Fayetteville, Arkansas, Owner: WITNESSETH: That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the City of Fayetteville as follows: 1. That the Contractor shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Drawings, Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled Canterbury Road 500,000 Gallon Elevated Water Storage Tank, dated October 2009. Advertisement for Bids Instructions to Bidders Bid and acceptance thereof Performance Bond Payment Bond SHEET INDEX Maintenance Bond General Conditions Supplemental Conditions Specifications Drawings (See Sheet Index below) SHEET NO. SHEET DESCRIPTION I Cover 2 Index, Site Plan and Legend 3 Elevated Water Storage Tank, Spheroidal Alternative 4 Elevated Water Storage Tank, Fluted Column Alternative 5 Elevated Water Storage Tank, Composite Alternative 6 Tank Access Road, Plan and Profile 7 Yard Drains at Tank, Plan and Profile 8 Water Main at Tank, Plan and Profile 9 Tank Inlet/Outlet Valve Vault 10 Long Retaining Wall, Plan and Profile 11 Access Drive Retaining Wall, Plan and Profile, Details 12 Fence Plan and Details 13 Tree Protection Plan 14 Miscellaneous Details, Water Details 15 Miscellaneous Details, Water Details 16 Erosion Control Plans 17 Erosion Control Details E-1 Spheroidal Alternative Electrical FY042150 Canterbury Road Tank Section 00500 - 1 • • • E-2 Fluted Column Alternative Electrical E-3 Composite Alternative Electrical 2. That the City of Fayetteville hereby agrees to pay to the Contractor for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Bid, in lawful money of the United States, the amount of: One Million, Five Hundred Fifty -One Thousand Dollars ($1,551,000.00) 3. The Work will be completed and ready for final payment in accordance with the General Conditions within 390 calendar days after the date when the Contract Time commences to run, as provided in the Notice to Proceed. 4. Liquidated Damages: The City of Fayetteville and Contractor recognize that time is of the essence of this Agreement and the City of Fayetteville will suffer financial loss if the Work is not completed within the times specified in above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by the City of Fayetteville if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay the City of Fayetteville Seven Hundred Dollars ($700.00) for each day that expires after the time specified in Paragraph 3 for completion and readiness for final payment. 5. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall make partial payments to the Contractor on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by the Contractor, LESS the retainage provided in the General Conditions, which is to be withheld by the City of Fayetteville until all work within a particular part has been performed strictly in accordance with this Agreement and until such work has been accepted by the City of Fayetteville. 6. That upon submission by the Contractor of evidence satisfactory to the City of Fayetteville that all payrolls, material bills, and other costs incurred by the Contractor in connection with the construction of the work have been paid in full, final payment on account of this Agreement shall be made within 60 days after the completion by the Contractor of all work covered by this Agreement and the acceptance of such work by the City of Fayetteville. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Surety Bond hereto attached for its faithful performance and payment, the City of Fayetteville shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any reason such bond ceases to be adequate to cover the performance of the work, the Contractor shall, at his expense, within 5 days after the receipt of notice from the City of Fayetteville, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the City of Fayetteville In such event, no further payment to the Contractor shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the City of Fayetteville. FY042150 Canterbury Road Tank Section 00500 - 2 8. No additional work of extras shall be done unless the same shall be duly authorized by appropriate action by the City of Fayetteville in writing. 9. Freedom of Information Act. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If an Arkansas 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. § 25-10-101 et. Seq.) Only Legally authorized photycopying cost pursuant to the FOIA may be assessed for this compliance. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above written, in three (3) counterparts, each of which shall, without proof of accounting for the other counterpart be deemed original Contract. SEAL: CB&I Inc. WITNESSES: CONTRACTOR (See Attached Certification of Resolution & Authority) Ronald C. Geedman Donald 0. Nason Assistant Secretary Business Development Manag Cittisa— ATTEST: CITY OF FAYETTEVILLE, ARKANSAS OWNER /) a Ci y C eiiau-a rk ................. eliza?..°E,Vli 6,zeff,";-: _ft-- • livi o• Ci • .23 1 a ; FAYETTEVILLE : i r.t"...„ •%. if FY042150 Canterbury Road Tank 1.; it • Co•• 1%. : C.., ei • 0 ••• ... /VG TON C ..... .......... 1111 Section 00500 -3 CERTIFICATION OF RESOLUTION AND AUTHORITY I, Ronald C. Geedman, do hereby certify that I am the duly -elected and acting Assistant Secretary of CB&I Inc. (a/k/a CB&I Constructors, Inc. or CB&I Constructors or CB&I Inc. of Texas), a Texas corporation, (the "Company") and that as such officer I am duly authorized to make this certificate in behalf of that Company. I further certify that by consent in lieu of a meeting dated March 6, 2001, as authorized by Texas law, the Board of Directors of said Company adopted the following resolution in accordance with the By-laws of said Company: RESOLVED, that the President, any Vice -President, the Treasurer, or any regional sales manager, contracting manager, regional construction manager, manufacturing manager, project manager or business development manager heretofore or hereafter appointed by the Company or any other sales representative as may from time to time be designated by any one of the President, any Vice -President or the Treasurer, is authorized to make bids, prepare quotations and submit and receive proposals for contracts; to negotiate and sign contracts and other agreements, bid bonds, performance bonds, and other related documents; and to otherwise bind and obligate the Company in the conduct of its normal business. I further certify that the foregoing resolution is in full force and effect and that Donald 0. Nason is a duly designated and authorized Business Development Manager of the Company. This certificate shall remain in full force and effect for ninety days from the date it bears, unless sooner revoked, but no such revocation shall be effective as to anyone dealing with any individual named in this certificate in reliance hereon unless written notice of such revocation has been received by the person so relying on this certificate. IN WITNESS WHEREOF, I have hereonto Ft my hand and the seal of CB&I Inc., this day of ( to Ronald C. Geedman, Assistant Secretary CB&I Inc. • City of Fayetteville, Arkansas Budget Adjustment Form • Budget Year 2010 Department: Utilities Division: Water & Sewer Maintenance Program: Capital Water Mains Request Date 4/6/2010 Adjustment Number JUSTIFICATION TO INCREASE PROJECT / ITEM: $1,600,000 in the Mount Sequoyah Pressure Plane Improvements Project. Increase project for the construction of a 500,000 gallon elevated water storage tank and all related site work. • JUSTIFICATION TO DECREASE PROJECT / ITEM (OR RECOGNIZING REVENUE): To recognize impact fee funds to construct a 500,000 gallon elevated water storage tank to meet fire flow requirements, provide adequate flows during high demand periods, and meet industry standards and Health Department minimum storage requirements. Account Name Account Number Contract Services Payments by Property Owners Transfer from Impact Fee Transfer from Impact Fee Increase Budget 5400.5600.5315.00 1,600,000 5400.0940.4420.00 5400.0940.6602.30 5400.0940.6602.30 Decrease Budget Project.Sub Number 04036 . 1 85,241 04036 . 1 1,465,759 04036 . 1 49,000 04036 . 1 TOTAL 1,600,000 1,600,000 • • Di sion Head 4 z VI Dep ector ent p&p rector Ck. t 'IL A 2; Ma .r Director Date _.„•//-Z4ta Date Date Requested By kspringer Budget & Research Use Only Type: A Description: Pa eft a e 1 2,016 General Ledger Date Date 3-11 ?o)0 Posted to General Ledger Date ate Posted to Project Accounting HABudget\Budget Adjustments \2010 BudgeMevin BAForm_2010_Canterbu EXHIBIT fi Initial Initial Date Date 'City of Fayetteville Staff Review Form 111 David Jurgens Submitted By City Council Agenda Items and Contracts, Leases or Agreements 4/6/2010 City Council Meeting Date Agenda Items Only Utilities Capital Projects Division Action Required: Utilities Department Approval of a construction contract with C B & I Inc for $1,551,000.00, for the construction of a 500,000 gallon elevated water storage tank, Bid 10-17, approval of a 3% contingency of $49,000, and approval of a budget amendment. 1,600,000 Cost of this request 5400.5700.5315.00 Account Number 04036.1 Project Number Budgeted hem XX 2,102,505 Category / Project Budget 54,116 Funds Used to Date 2,048,389 Remaining Balance Budget Adjustment Attached 1411M10 Date 3-11-10 to ney Date ct. Finance and Internal Services Director i‘Cche f of Staff itte/ a Or 4 Date 3 Date r 4/t ate XX Mt Sequoyah Pressure Plane Imprvm Program Category / Project Name Water Impact Fee Improvements Program / Project Category Name Water Impact Fees Fund Name Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Comments: Revised January 152009 retail C.COUNCIL AGENDA MEMO MEETING DATE OF APRIL 6,2010 THE CITY OF FAYETTEVILLE, ARKANSAS ARKANSAS www.accessfayetteville.org To: Fayetteville City Council Thru: Mayor Lioneld Jordan Don Marr, Chief of Staff From: David Jurgens, Utilities Director Fayetteville Water and Sewer Commi Date: March 4,2010 Subject: Construction contract with C B & I Inc. for $1,551,000.00, with a 3% contingency of $49,000 to construct a 500,000 gallon elevated water storage tank, and a budget amendment of $1,600,000 RECOMMENDATION City Administration recommends approval of a construction contract with C B & I Inc for $1,551,000.00, for the construction of a 500,000 gallon elevated water storage tank, Bid 10-17, approval of a 3% contingency of $49,000, and approval of a budget amendment for $1,600,000. BACKGROUND The Contract is to construct the 500,000 gallon elevated water storage tank and all related site work. The objective of this tank is to meet fire flow requirements, provide adequate flows during high demand periods, and meet industry standard and Health Department minimum storage requirements. After significant discussion and negotiation, the site off Canterbury Street was chosen in 2009. Staff met with area residents regarding paint color, fencing style, site layout and landscaping, October 5, 2009; their requests were incorporated into the final design. DISCUSSION Staff met again with area residents March l regarding the bid and construction. The spheroid tank style was both their preference and the style of the low bid. The meeting with residents addressed lingering concerns regarding flow and pressure. Plans for monthly homeowner updates and web page postings were discussed Information on this project will be on the City's website and residents will receive notices at their home before any work is conducted on site The City Company Name TankStyle Spheroidal Fluted Column Composite C B & !Inc. low bid) $ 1,551,000.00 No Bid No Bid Maguire Iron, Inc. $ 1,577,000.00 No Bid No Bid Phoenix Fabricators & Erectors, Inc. $ 1,795,500.00 No Bid $ 1,891,700.00 Landmark Structures, LLP No Bid No Bid $ 1,729,500.00 Caldwell Tanks, Inc. $ 1,903,000.00 $ 2,000,028.00 $ 1,918,000.00 Engineer's Estimate $ 1,566,933.00 The bid was reviewed by McClelland Engineers; their letter recommending award is attached. C B & I is a highly reputable company that developed the spheroid tank in 1954 and has erected over 25,000 elevated water tanks in the last century, including several of the tanks in the City of Fayetteville. BUDGET IMPACT Funds are available in the water impact fees budget. The budget amendment for $1,600,000 is attached to transfer funds from the impact fee fund to the water/sewer fund. There is also $84,202 allocated to this project from developer cost shares. Telecommunications Device for the Deaf TDD (479)521-1316 113 West Mountain - Fayetteville, AR 72701 CanterburyTank CCMemo 19Mar10 RESOLUTION NO. A RESOLUTION AWARDING BID #10-17 AND APPROVING A CONTRACT WITH CB&I, INC. IN THE AMOUNT OF $1,551,000.00 FOR CONSTRUCTION OF A 500,000 GALLON ELEVATED WATER STORAGE TANK, APPROVAL OF A $49 000.00 CONTINGENCY, AND APPROVAL OF A BUDGET ADJUSTMENT IN THE AMOUNT OF $1,600,000.00 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 #10-17 and approves a contract with CB&I, Inc., a copy of which is attached to this Resolution as Exhibit "A" and incorporated herein as if set out word for word, in the amount of $1,551,000.00 for construction of a 500,000 gallon elevated water storage tank. Section 2. That the City Council of the City of Fayetteville, Arkansas, hereby approves a project contingency in the amount of $49,000.00, and a budget adjustment, a copy of which is attached to this Resolution as Exhibit "B" and incorporated herein as if set out word for word, in the amount of $1,600,000.00. PASSED and APPROVED this 6th day of April, 2010. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer • • DOCUMENT 00500 • niatT A CONTRACT THIS AGREEMENT, made and entered into on the 4 el 14 day of tO fal" y and between CB8c1, Inc., of Alpharetta, GA, herein called the Contractor, and the ity of ayetteville, Arkansas, Owner: • WITNESSETH: That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the City of Fayetteville as follows: 1. That the Contractor shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Drawings, Specifications, and Documents, which are attached hereto and made a part hereof, as if hilly contained herein and are entitled Canterbury Road 500,000 Gallon Elevated Water Storage Tank, dated October 2009. Advertisement for Bids Instructions to Bidders Bid and acceptance thereof Performance Bond Payment Bond SHEET INDEX Maintenance Bond General Conditions Supplemental Conditions Specifications Drawings (See Sheet Index below) SHEET NO. SHEET DESCRIPTION 1 Cover 2 Index, Site Plan and Legend 3 Elevated Water Storage Tank, Spheroidal Alternative 4 Elevated Water Starage Tank, Fluted Column Alternative 5 Elevated Water Storage Tank, Composite Alternative 6 Tank Access Road, Plan and Profile 7 Yard Drains at Tank, Plan and Profile 8 Water Main at Tank, Plan and Profile 9 Tank Inlet/Outlet Valve Vault 10 Long Retaining Wall, Plan and Profile 11 Access Drive Retaining Wall, Plan and Profile, Details 12 Fence Plan and Details 13 Tree Protection Plan 14 Miscellaneous Details, Water Details 15 Miscellaneous Details, Water Details 16 Erosion Control Plans 17 Erosion Control Details E-1 Spheroidal Alternative Electrical FY042150 Canterbury Road Tank Section 00500 - 1 • • • • E-2 Fluted Column Alternative Electrical E-3 Composite Alternative Electrical 2. That the City of Fayetteville hereby agrees to pay to the Contractor for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Bid, in lawful money of the United States, the amount of: One Million, Five Hundred Fifty -One Thousand Dollars ($1,551,000.00) 3. The Work will be completed and ready for final payment in accordance with the General Conditions within 390 calendar days after the date when the Contract Time commences to run, as provided in the Notice to Proceed. 4. Liquidated Damages. The City of Fayetteville and Contractor recognize that time is of the essence of this Agreement and the City of Fayetteville will suffer fmancial loss if the Work is not completed within the times specified in above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by the City of Fayetteville if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay the City of Fayetteville Seven Hundred Dollars ($700.00) for each day that expires after the time specified in Paragraph 3 for completion and readiness for final payment. 5. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall make partial payments to the Contractor on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by the Contractor, LESS the retainage provided in the General Conditions, which is to be withheld by the City of Fayetteville until all work within a particular part has been performed strictly in accordance with this Agreement and until such work has been accepted by the City of Fayetteville. 6. That upon submission by the Contractor of evidence satisfactory to the City of Fayetteville that all payrolls, material bills, and other costs incurred by the Contractor in connection with the construction of the work have been paid in full, final payment on account of this Agreement shall be made within 60 days after the completion by the Contractor of all work covered by this Agreement and the acceptance of such work by the City of Fayetteville. 7. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Surety Bond hereto attached for its faithful performance and payment, the City of Fayetteville shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any reason such bond ceases to be adequate to cover the performance of the work, the Contractor shall, at his expense, within 5 days after the receipt of notice from the City of Fayetteville, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the City of Fayetteville. In such event, no further payment to the Contractor shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the City of Fayetteville. FY042150 Canterbury Road Tank Section 00500 - 2 • • DOCUMENT 00500 CONTRACT THIS AGREEMENT, made and entered into on the day of , by and between CB&I, Inc., of Alpharetta, GA, herein called the Contractor, and the City of Fayetteville, Arkansas, Owner: WITNESSETH: That the Contractor, for the consideration hereinafter fully set out, herebycagrees with the City of Fayetteville as follows: 1. That the Contractor shall furnish all the materials, and perforrne., of the work in manner and form as provided by the following enumerated Drawings, Specifications, and Documents, which are attached hereto and made a\part hereof, as if contained herein and are entitled Canterbury Road 500,000 Gallon Elevated Water Storag Tank, dated October 2009. Advertisement for Bids Instructions to Bidders Bid and acceptance thereof Performance Bond Payment Bond SJ1IEET INDEX Maintenance Bond General Conditions Supplemental Conditions Specifications Drawings (See Sheet Index below) FY042150 Canterbury Road Tank Section 00500 - 1 SHEET NO. HEET\ DESCRIPTION S 1 Cover / 2 / Index, Site Plan and Legend 1\ 3 Elevated Water Storage Tank, Spheroidal Alternative 4 EloCated Water Sterage Tank, Fluted Column Alternative 5 Elevated Water Storage Tank, CoMposite Alternative 6 'Tank Access Road, Plan and Profile\ 7 i Yard Drains at Tank, Plan and Profile: 8 / Water Main at Tank, Plan and Profile N, 9/ Tank Inlet/Outlet Valve Vault \ 16 Long Retaining Wall, Plan and Profile '1 /11 Access Drive Retaining Wall, Plan and Profile, Details / 12 Fence Plan and Details / 13 Tree Protection Plan 14 Miscellaneous Details, Water Details 15 Miscellaneous Details, Water Details 16 Erosion Control Plans 17 Erosion Control Details E-1 Spheroidal Alternative Electrical FY042150 Canterbury Road Tank Section 00500 - 1 • 8. No additional work or extras shall be done unless the same shall be duly authorized by appropriate action by the City of Fayetteville in writing. 9. Freedom of Information Act. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Arkansas 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. § 25-19-101 et. Seq.). Only Legally authorized photocopying cost pursuant to the FOIA may be assessed for this compliance. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above written, in three (3) counterparts, each of which shall, without proof or accounting for the other counterpart be deemed an original Contract. SEAL: WITNESSES: CB&I Inc. CONTRACTOR By Secretary President ATTEST: CITY OF FAYETTEVILLE, ARKANSAS OWNER By City Clerk Mayor FY042150 Canterbury Road Tank Section 00500 - 3 DOCUMENT 00300 BID FORM LUMP SUM NOTE TO BIDDER: Please use BLACK ink for completing this Bid form. To: 1:n etistinillsalca Address. ja_WestfriQuain Eayggeyille„ABJ2M, Project Title: Fayetteville Canterbury Road 500,000 Gallon Elevated Water Storage Tank Engineer's Project No.: FY042150, Contract Section I Date: Tuesday, February 23, 2010 Bidder: GBEgI Inc. Ackhess. 3600 Mansell Road, Suite 230 CB&I Arkansas Contractor's License NoQ031300410 Alpharetta, GA 30022 Contact Person for additional information on this Bid: Name: Don Nason Telephone: 678 935 3652 Fax: 678 935 3659 ADDENDA The Bidder hereby acknowledges that he has received Addenda Numbers: One, to these Specifications. (Bidder insert No. of each Addendum received.) FY042150 Canterbury Road Tank Section 00300-1 BIDDER'S DECLARATION AND UNDERSTANDING The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in this Bid are those named herein, that this Bid is, in all respects, fair and without fraud, that it is made without collusion with any official of the Owner, and that the Bid is made without any connection or collusion with any person submitting another Bid on this Contract. The Bidder further declares that he has carefully examined the Contract Documents for the construction of the project, that he has personally inspected the site, that he has satisfied himself as to the quantities involved including materials and equipment, and conditions of work involved, including the fact that the description of the quantities of work and materials, as included herein, is brief and is intended only to indicate the general nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents, and that this Bid is made according to the provisions and under the terms of the Contract Documents, which Documents are hereby made a part of this Bid. The Bidder further agrees that he has exercised his own judgement and has utilized all data which he believes pertinent from the Engineer, Owner, and other sources in arriving at his own conclusions. The Bidder states that he has experience in and is qualified to perform the work herein specified and, if he does not have craftsmen experienced and qualified in any phase of the work for which this Bid is offered, that he will subcontract the work under said phase to a contractor who does have the necessary experience and qualifications. CONTRACT EXECUTION AND BONDS • The Bidder agrees that if this Bid is accepted, he will, within 15 days after notice of award, sign the Contract in the form annexed hereto, and will at that time, deliver to the Owner the Performance Bond and Payment Bond required herein, and will, to the extent of his Bid, furnish all machinery, tools, apparatus, and other rneans of construction and do the work and furnish all the materials necessary to Complete all work as specified or indicated in the Contract Documents. CERTIFICATES OF INSURANCE PAYMENT BOND, AND PERFORMANCE BOND The Bidder further agrees to furnish the Owner, before executing the Contract, the certificates of insurance, Payment Bond, and Performance Bond as specified in these Documents START OF CONSTRUCTION CONTRACT COMPLETION TIME, AND LIQUIDATED DAMAGES Start of Construction Contract Completion Time, and Liquidated Damages are stated in Document 00500 Contract. FY042150 Canterbury Road Tank Section 00300-2 SALES AND USE TAXES The Bidder agrees that all federal, state, and local sales and use taxes are included in the stated bid prices for the work. LUMP SUM BID The Bidder agrees to accept as frul payment for the work proposed herein the amount computed under the provisions of the Contract Documents and based on the lump sum amount. The bidder agrees that the lump sum price represents a true measure of the labor and materials required to perform the work, including all allowances for overhead and *fit for each type and unit of work called for in the Contract Documents. The amounts shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern. ALTERNATE TANK CONFIGURATIONS The City of Fayetteville is accepting bids for three alternate tank configurations, as illustrated in the Drawings and specified in Division 13. Bidders may bid on one, two, or all -three tank configurations. Bids on unspecified tank configurations will not be considered by the City of Fayetteville. The City will consider the total project bid costs for the three tank configurations for all Bidders, as well as any anticipated difference in future maintenance costs and any input from the nearby property owners concerning aesthetic considerations. Based on these factors, the Fayetteville City Council will decide which alternate tank configuration to use, and the Contract Award will be made to the Bidder with the lowest total bid for the selected tank configuration. The three tank configurations for which Bids are requested are: 1. Spheroidal Elevated Tank 2. Fluted Column Elevated Tank 3. Composite Elevated Tank The Bid Schedule is designed to obtain a tank bid subtotal for each of these three configurations and another subtotal for the site work that is common to all three tank configurations. Total bids will be obtained by adding the individual tank configuration subtotals to the site work subtotal. FY042150 Canterbury Road Tank Section 00300-3 A -I. 1 LS Spheroidal Tank Foundation cmts Aut-ve..aca mitosaeollarsas Words A-2. 1 LS Spheroidal Tank Structure, 500,000 ($ 811•Yel) ($ esi 300 gni WS Fel ulAWAS Dollars/LS Words A-3. 1 LS Spheroidal Tank Painting 0 UR ge arVIOSiiThollars/LS Words Subtotal A, Spheroidal Tank Configuration (s1 $ 1, o 151 3oo. oo ; TANK 03NFTGIJAktilik; : _ . _ " To*.41 LS Fluted Column Tank Foundation 1.10 tv Dollars/LS Words 8-2. 1 LS Fluted Column Tank Structure, 500,000 Gallon Capacity 0 S Words 8-3. 1 LS Fluted Column Tank Painting ($ OK? Words Dollars/LS FY042150 Canterbury Road Tank Dollars/LS Subtotal B, Fluted Column Tank Configuration $ kit) 13 to Section 00300-4 11•4 V , P 0 $ I A I es" a I, a t c I , v rt,. itn e, 1 J., lic `C% '-' . „,.- !fit ';• , , ,... ' CAMbii: Vgi• /I' 1 . :t ..... Ltfe 41. t: .-7, .); ; • 1.; ;::,, 1.1..v. : A -I. 1 LS Spheroidal Tank Foundation cmts Aut-ve..aca mitosaeollarsas Words A-2. 1 LS Spheroidal Tank Structure, 500,000 ($ 811•Yel) ($ esi 300 gni WS Fel ulAWAS Dollars/LS Words A-3. 1 LS Spheroidal Tank Painting 0 UR ge arVIOSiiThollars/LS Words Subtotal A, Spheroidal Tank Configuration (s1 $ 1, o 151 3oo. oo ; TANK 03NFTGIJAktilik; : _ . _ " To*.41 LS Fluted Column Tank Foundation 1.10 tv Dollars/LS Words 8-2. 1 LS Fluted Column Tank Structure, 500,000 Gallon Capacity 0 S Words 8-3. 1 LS Fluted Column Tank Painting ($ OK? Words Dollars/LS FY042150 Canterbury Road Tank Dollars/LS Subtotal B, Fluted Column Tank Configuration $ kit) 13 to Section 00300-4 • • • LS Composite Tank Foundation No So Words C-2. 1 LS Composite Tank Structure, 500,000 Gallon Capacity 1,..tc, 16 to Words C-3. 1 LS Composite Tank Painting OP En 12' Words Dollars/LS Dollars/LS Subtotal C, Composite Tank Configuration ITEM • NOMISER aft uotat innt$etio BID ITEMS.COSIONTO ALt THRE,.*: -TANK tAQNFIGURATIONS UNIT •c LUMP. 1LIM PRICE TOTAL 1 LS Act 291, 1993 Trench & Excavation ($ 1,500 ) ($ ti 500 ) Safety System Two T.1404-iy fare we ../..00¢S, Dollars/LS Words 1 • LS Erosion Control VI Jib 00•701•00 Dollars/LS Words 1 LS Audio / Video Tape Recordings cha 4...h..0a.39 Dollars/LS Words 4 1 LS Site Photographs t VG 4Jo-02W Dollars/LS Words ($5 ($ S000 ($ Soo (g) Soo ($ 590) ($ Sbe FY042150 Canterbury Road Tank Section 00300-5 r .., • t°. -4 . 1 r 6, , .1.W, 0: R , . , ...gaT - QTV: . . . „.. : , . 7 TIATeri." 5 . '",,.1.1sra ' : • , .. , . .., t,, ESC*WW101,ii . „T, 4:- • ..' . . : - • .- . • . ,.. ; 1:4*P 11:RIE . ,, - •• ,„, SI •• • 4 1 ' TOTAL . 2 ., . . ••' .. / LS Composite Tank Foundation No So Words C-2. 1 LS Composite Tank Structure, 500,000 Gallon Capacity 1,..tc, 16 to Words C-3. 1 LS Composite Tank Painting OP En 12' Words Dollars/LS Dollars/LS Subtotal C, Composite Tank Configuration ITEM • NOMISER aft uotat innt$etio BID ITEMS.COSIONTO ALt THRE,.*: -TANK tAQNFIGURATIONS UNIT •c LUMP. 1LIM PRICE TOTAL 1 LS Act 291, 1993 Trench & Excavation ($ 1,500 ) ($ ti 500 ) Safety System Two T.1404-iy fare we ../..00¢S, Dollars/LS Words 1 • LS Erosion Control VI Jib 00•701•00 Dollars/LS Words 1 LS Audio / Video Tape Recordings cha 4...h..0a.39 Dollars/LS Words 4 1 LS Site Photographs t VG 4Jo-02W Dollars/LS Words ($5 ($ S000 ($ Soo (g) Soo ($ 590) ($ Sbe FY042150 Canterbury Road Tank Section 00300-5 • • ‘y t; h a Low gum noct 'TOM; 6. 1 1 LS Tree Removal and Tr e Protection -Tiseenr tivoshaollars/L8 ords LS Tank Site Grading, Grubbing and Earthwork kers‘10.415 IVO sate Si COW 1140.4211157 Dollars/LS Words LS Access Drive Grading, Grubbing and Earthwork -now% jes..crearcHres*OWO TWO Dollars/LS Words ZIt000 ) ($31.800) ($311800) (sou zoo) (stout:ND ) LS Retaining Wall ($ 131000 ($1331I2CCO °VS 14a -012S tegis.4____LtssLyao-APi Dollars/LS Words 9. 1 LS Site Fencing, Entrance Gate Twei49.1 yuae Ti3etea0 Se••••43..0 4A.4002.137? Dollars/LS Words 10. 1 LS Drainage Structures and Drain Piping nilterA BCC Ti4o0 Wm. SaDollars/LS Words 12. 1 1 LS Tank Inlet and Outlet Piping, Contract Section 1 Yard Pi in ceitaittreel9 4t0..1.4 ^.47 61‘4401030. Dollars/LS Words LS Tank Inlet and Outlet Valve Vault and ($10c 00 tiLUvegas osnd Firtinas E) T4100440)0 WiNith Dollars/LS Words 13. 1 LS Tank Site and Access Drive Paving tsasla.‘ rot*. tiloossew Dollars/LS Words FY042150 Canterbury Road Tank cs 1410c0 ($ 1 o akoo ($140 06p Section 00300-6 • • 14. 1 LS Electrical Work, Obstruction Lighting Tairti elaeo niOnliCollars/LS Words ($241000) 15. 1 LS Miscellaneous Site Work Necessary for ($ 10) coo) Project Completion IDI 000 ) 115.-01V.00,047 Dollars/LS Words Subtotal, Site Work $ 535 ) 700 01) BID TOTAL FOR ALTERNATE CONFIGURATIONS Subtotal A, Spheroidal Tank Sitework Subtotal Spheroidal Tank Total Subtotal B, Fluted Column Tank Sitework Subtotal Fluted Column Tank Total Subtotal C, Composite Tank Sitework Subtotal Composite Tank Total 1,e, Is-,3oo 53571400.00 1e 551, 000.00 Nio SIP 1.3th Sty. €01) )..to Es, sae. (sip 14.t3 Bac' BASIS OF AWARD The City of Fayetteville will decide which tank configuration to use, based on the bid prices, anticipated maintenance. cost differences and input from property owners in the vicinity of the tank. The tank configuration selected will not necessarily be the least expensive bid price. Based on the selected tank configuration, the City of Fayetteville will award the Contract to the responsive, responsible Bidder with the lowest Bid Price for the selected tank configuration. MAJOR EQUIPMENT SCHEDULE Not used. PAYMENT SCHEDULE Not used. FY042150 Canterbury Road Tank Section 00300-7 H • SUBCONTRACTORS The Bidder further certifies that proposals from the following subcontractors were used in the preparation of this Bid; and if awarded a contract, Bidder agrees to not enter into contracts with others for these divisions of the Work without written approval from the Owner and Engineer. EARTH WORK SUBCONTRACTOR Arkansas Contractor License # OOt 470 41 O Su eer $sa_ LeJ spa) Name Street Address, City, State, Zip Code PAVING SUBCONTRACTOR (s j',P 'To 5 . 1G '` 61.b `4 vw) Arkansas Contractor License # 0004 t4 0410 TC,M vJ S c rD . ''—�� Name b '2.s' Jp52JS /tSVS. U J PPr ti `)1 txg 77.-1 %4` Street Address, City, State, Zip Code /I RETAINING WALL SUBCONTRACTOR (S Jb it 5uu65C5.4Lee-Nsres� Arkansas Contractor License # O200 1 40310 NV6 Ls10 sc rP t Name '4 j ASG!►S �pcsrsa��/tt�. AR• 1Z7� 1481 (�JFa�r Street Address, City, State, Zip Code PAINTING SUBCONTRACTOR f Arkansas Contractor License # 0 \1144 6b40# Name . ' Zo ► 4sv 4. 1!0cv',— In Paa t fl 7'p 1 Street Address, City, State, Zip Code Section 00300-8 ELECTRICAL SUBCONTRACTOR Arkansas Contractor License # OO 119 4O4O$ p.L2x..Go , l-tt Name Mcie&.0 MO (,5b63 23'1 to S noo tow M M 1Jt5►� $wo Street Address, City, State, Zip Code SUBCONTRACTOR Arkansas Contractor License # Name Street Address, City, State, Zip Code SUBCONTRACTOR Arkansas Contractor License Name Street Address, City, State, Zip Code PERFORMANCE OF WORK BY CONTRACTOR The Bidder shall perform at least 70 percent of the work with his own forces (refer to Paragraph 23, INSTRUCTIONS TO BIDDERS. Bids from so called "Brokerage Contractors" will not be considered.) List below the items that the Bidder will perform with his own forces, if awarded this Contract, and fill in the blank showing the estimated total cost of these items. Design, procurement, fabrication, trucking and construction of the elevated water storage tank. Estimated total cost of the above items the Bidder states that will be performed with his own forces, if awarded Contract: )3 %'J3 Wcr.9 TN'.¢.ti% T% OUSI t- 51Y 1,1way?Z0D Dollars ($93O, Goo. Oa ) FY042150 Canterbury Road Tank Section 00300-9 0 EXPERIENCE OF BIDDER The Bidder states that he is an experienced Contractor and has completed similar projects within the last 5 years. (List similar projects, with types, names of clients, construction costs, and references with telephone numbers. Use additional sheets if necessary.) See Attached Experience and Brochures SURETY If the Bidder is awarded a constriction contract on this Bid, the Surety who provides the Performance and Payment Bond will be: Westchester Fire Insurance Company whose address is: 436 Walnut Street, Philadelphia, PA 19106 Street, City, State, Zip, Code INSURANCE The Bidder acknowledges that he is familiar with the insurance requirements on this Project and, if awarded a construction contract, agrees to furnish the required insurance certificates within fifteen (15) days of the date the award is made. BIDDER The name of the Bidder submitting this Bid is: CB&I Inc. (a Texas corporation) doing business at: 3600 Mansell Road, Suite 230 Alpharetta, GA 30022. Street, City, State, Zip, Code which is the address to which all communications concerned with this Bid and with the Contract shall be sent. The names of the principal officers of the corporation submitting this Bid, or of the partnership, or of all persons interested in this Bid as principals are as follows: FY042 150 Canterbury Road Tank Section 00300-10 If Sole Proprietor or Partnership • IN WITNESS hereto the undersigned has set his (its) hand this day of 2010. Signature of Bidder Title If Corporation IN WITNESS WHEREOF the undersigned corporation has caused this instrument to be executed and its seal.a£frxed by its duly authorized officers this 23 day of February 2010. CB&I Inc. N me o Corporati 1 (SEAL) Y `r Donald 0. Nason itle Business Devetnnn+ anager (See attached Certification of Resolution Attest _ and Authori ty) Assistant Secretary Ronald C. Geedman • Section 00300-11 i CERTIFICATION OF RESOLUTION AND AUTHORITY I, Ronald C. Geedman, do hereby certify that I am the duly -elected and acting Assistant Secretary of CB&I Inc. (a/k/a CB&I Constructors, Inc. or CB&I Constructors or CB&I Inc. of Texas), a Texas corporation, (the "Company") and that as such officer I am duly authorized to make this certificate in behalf of that Company. I further certify that by consent in lieu of a meeting dated March 6, 2001, as authorized by Texas law, the Board of Directors of said Company adopted the following resolution in accordance with the By-laws of said Company: RESOLVED, that the President, any Vice -President, the Treasurer, or any regional sales manager, contracting manager, regional construction manager, manufacturing manager, project manager or business development manager heretofore or hereafter appointed by the Company or any other sales representative as may from time to time be designated by any one of the President, any Vice -President or the Treasurer, is authorized to make bids, prepare quotations and submit and receive proposals for contracts; to negotiate and sign contracts and other agreements, bid bonds, performance bonds, and other related documents; and to otherwise bind and obligate the Company in the conduct of its normal business. I further certify that the foregoing resolution is in full force and effect and that Donald O. Nason is a duly designated and authorized Business Development Manager of the Company. This certificate shall remain in full force and effect for ninety days from the date it bears, unless sooner revoked, but no such revocation shall be effective as to anyone dealing with any individual named in this certificate in reliance hereon unless written notice of such revocation has been received by the person so relying on this certificate. IN WITNESS WHEREOF, I have hereonto set my hand and the seal of CB&I Inc., this 23rd day of February , 20 10 . Ronald C. Geedman, Assistant Secretary CB&I Inc. v v • m m m v, a w 3 J o g Cr-. _E m 0 m p Fo 3 m 2 z _ p x - 14 J J i0 m N 0th ac j0 N C., V Of oo uJi w O 0 0 A 0 3 �CD a n CX- N O m Q m ' • .o r, - ' CCt C 0 C C � N• L1./N Cd , O o o �.:oa� o m m Q �.� 0.o 61 b1 N M M M H N N N N 6 b a O O p O O O O O O O O +90 O O O O O O O O O O O O d O O O O O O O O O O • N O J 0- �.. b N m O n- v a O m v m m M Q• m N N o < m CD .0 • 0 8 m m A >O N- m x N inc 0 AI i O1 — O. A N (p V + G O U. Z o m -- v '• w H F + 3 v p o C C o m m vl _- # J O 5. sue.. v. • a� 8 Kp p � yxN =0O'1 tio'_—Ix xi cJoo•n ii m + # o Z O Z p u a m N 0 >E N m y m qp o D o V N O # Y O O m O O 0 0 6 m m T X 0. N z fD p # x McCLELLAND 1810 N. College Avenue ficECONSULTING 172702 1229 Fayetteville, AR 72703/72702-1229 479-443-2377• FAX 479-443-9241 ENGINEERS, INC. www.mcclellantt-engrs.com March 1, 2010 Mr. Shannon Jones, PE Water and Wastewater Engineer City of Fayetteville 113 W. Mountain Fayetteville, AR 72701 Re: Canterbury Tank Bid Tabulation Dear Mr. Jones: Bids were opened on the Canterbury Tank project at 2:00 PM, Tuesday, February 23, 2010 at the Fayetteville City Hall. Bids were received from five different contractors, as listed on the attached Bid Tabulation. All five are properly licensed and submitted appropriate bid bonds, as well as documents concerning their companies history of tank construction. The low bidder was CB&I, Inc. of Alpharetta, Georgia, with a bid total of $1,551,000.00 for a spheroidal tank configuration. Other tank configurations were $178,500 more expensive. This bid total is less than our estimate of approximately $1,700,000, and award of the contract to CB&I Inc. is recommended. VeryTruly Yours, Robert W. White, PE Project Manager End:. Bid Tabulation I J:\2004\[42150 Fay Mt. Sequoyah water\Correspondence\Jones 3-1-10.doc 9 8888 8888 88m8 $$sg g 8m8 8g8 88$ iQp/y�pI� 9 ggiR it g§nn§o= g_ �nP� W^mN �' WMgM� WwNLNNNM»Nr�MNNn I'Ir0 S1u�f t0V nNO v YMMMxL xx wS x N ~ N~N MNM NxL 888 888 88o c8888 88888888888 q� J J�ss�{{R1 O1 CMW" JI��N^- qn qO �NNo�{�ryw N �MNM MNx NMNNNNMxNMN 8888 E8888E88 0808888888gg 888 0 0 888 oso m�B�SooaPs.� a 000 sus W S� Z pnp 11�� ryry 44 s Q qg N N W $$On I'INNNNNN$M Y{g-'»»8NNE ZZZ PO q - 'pa' $ L .�9N w L M L"L L8L 888 $$$ Pm 88888888888 Jal L JZZZ J$ S... Jww In. VR w wwiSLH»� 888 g 8 000888888888 �S yy7} E 888 pgp Eo qg oqa po pqp pp pqo 00g 00i SYg y 6o�o �a�o oa ��9'-S mo588825SSESE�ESEg$ OOo 000 NON 5%wzz z wzzz HP! uB1%."%'"i�»bit».N^e»f»M«»«y zzz zzz «» q x L w m8S8 SSPg$8$8888?888 �p�$y $00 3h F 8000e o8� �C � tZ2 Z j2z J�w� =On=nnmry'f rv�s vi ndig wNx NNNy�NMNLNNN 88 g O E 8 E�vs Eaoo &8888888888888880 8Q$ 000 Ono g�ip QQ QQ 8$ QQ Q$QpP y,mmm mmm C Ify� aCri 2amo Yegene gY� aNa O625QOSE a'P^ N'"r Nm z 22 a NNNNriPv myo n N OOO 000 F vc {y�� $ W22 w w^>j'�.,wABL'p««�ABRN mV m zzz zzz 9 � M AA L N N M pNH 0 y N q r 5 �>mC yLL N SJa�]4am ooaoo tgo$gSBoSSSS�EEjj Q yo4ati „m czzz 'z zzz zrvr�2Niiii Q'nna?r!ry'$ J, A p O V JLL J J JNx NNNLNxMMNN pQpQ�� LL N � W IN Mx F O g 0 0 muJ �gLLLL E8$8g E E a ESS mm888888888888 888 000 000 rLLW U fl MMM MMQ a mmSgB$sg§d 8 8 mmm mmm gmmm gmmm c$cm n n ] V n u000 ooa o ao?mry nn uTi$m M 0 gzzz wZ Z WNNNNwNNNNNyxN NM O^�N zzz 000 C �( W M {i a m fi M N N N U 888 �vsn Sssa000 38888888Q888Pgg8g8 F$»� mmm Ommm 888 J$m^ jZZZ jZZZ JN„xNNNN INV�OPnry� w lYm�l {N/� q (/� I/� NNNyN Vlw hwww JJJ JJJ JJIJ JJJJJJJJJJJ J..-4 m CC Z W9O 500 9Qq0 O nor -G- S1 - Q 1c pc �1IN GJ 0 r 3' c rE E m V c EQ$ U F - p d 3z <N 3l)p V UIn < E tt N S N W I a ng - N I m Em E 3 < >0 m w z 0 u 6 s XI V' E Q (3 N W N> p F 3� g c co w'a L m d Q p n mQ yn. n c N J u s me o a WSG cyy gSyyE yy$$ G Ii N n q go '�+'c_ V u °�.�i rc e 2 � A a> Sm„( 5 e ugi N i LL d.t mmni liN6 p� NE v� rtS TO N u �I .II F 9 c c e O m c n U' v W O O < •WI 3' E yh WCFS F`d< WEE EEu 0j -I --'j Y�goei uw yqy .I- yi J3q 2y]q .� x m oy Fo 20 ccca3 N e A to V mOVt4U2 uS8 O ≥g4mOO c[c� o W o a E w p msazN 8 ALL„— N.tL�� �] m p VC?EL 28E GEGEO WNa 9 cjyV$f{ �IDqqp uf'nctSS..� a V1NmN N ( EE(EN 400001 N<W< <NOrFWa1 U) O M1 !NN !Nn !Nn !NnlnOnmPOlNx�N License No. 0031300410 State of Arkansas Contractors Licensing Board CB&I INC. 2103 RESEARCH FOREST DR THE WOODLANDS, TX 77380 CB&I INC. This is to Certify That is duly licensed under the provisions of Act 150 of the 1965 Acts as amended and is entitled to practice Contracting in the State of Arkansas within the following classification: HEAVY CONSTRUCTION MUNICIPAL Sc UTILITY CONSTRUCTION with the following suggested bid limit UNLIMITED from June 26, 2009 until April 30, 2010 . when this Certificate expires. Witness our hands of the Board. dated at North little Rock Arkansas: ,tgE ST.q?, ����� CHAIRMAN 1ej. . SECRETARY June 26, 2009 02/22/2010 13:34 6789353659 CBI CONSTRUCTORS PAL'S 05/08 Resiga.Pata Coda: AWWAD100,-05 Seism*; 8s*0.209. 81c0,092, Site Clara C Wind: 90 m.p.h. Snow : 25 p.s.f. Corrosion Allowance: 0.0825 42 Inch Dla. Access Tube -- Tank Access Ladder — Ball Plates --' 0.20.0.9&5 Palntors Rings — • _ Shaft Plates -- 0.150 - 1,063 1O.1 Dls. Shaft --_ Ovarlow Pip* To Ground Rainproof Roof H@tchet • •-•— Top Cspddty Line Bell Diameter 65'-10 — Acoeea Tuba Ladder -- venwafon Hatch ty .._ __ --------- Bosom Capacity Line smash Curved Transition taslgn, Mal Comply with J/ Smooth Curved - n Riser Plpo J kt\__.. Translton o E ` Bell Plates • h\ Il 1.083.0.688 Ladder 38" x 80" Flush Threshold Door --- Anchor Solt Circle ' 25' - 3 Diameter NOT TO SCALE PROPOSED WATERSPHEROID® 500,000 Gallons Capacity For City of Fayetteville Location Fayetteville, AR Estimate No. 37152289.03w Made by CLK Data 20 Feb, 2010 Rev 0 Sheet I I .• 02/22/2010 13:34 6789353659 CBI CONSTRUCTORS PAGE 07/08 DO NOT USE FOR CONSTRUCTION NOT DRAWN TO SCALE IS- 1.75" Dla Anchor Base Plate TCC Elevation = 1886'-6' MI n 0I Common BatdtfiA ASTM 03282 At -AS mMenal with 3' maximum aggregate. m N 0'-18 0 V vary but will comply w9h spoolflc ens. 121- 5Ringwaf 0L Radius —+ 1II 6" Concrete Floor wl Re's Q 12OO • rKn CL of Tank & ° Foundation structural Beckff ASTM O3282 A7. A24 A2.5 or AS mith atenal wI SSmaximum aggregate. r p-4 Foundatlen to bear on slightly weathered limestone. Ril low 5:•,;: u I areas with loon I ?— _ ° ° ° p concrete. I 9 -I- r _ o 10' DESIGN SAS1S Spec: AC1318 Concrete Strength: fo = 4000 psi (6 Bag Mix) Reinforcing Steel: ASTM A615 Gr.60 Design Soil Bearing: 8000 psf net. Beating pressure must be verified by a Cell Investigation. If cull conditions differ from those assumed, mod1 catlon of the tank and foundation design may bo required. APPROXIMATE QUANTITIES Concrete Reinforcing Steel Cu yd lbs Pedestal 2.1. 7940 Thrust Block 2 300 Floor 6 800 Reinforcing Steel includes 7.5 a/c for laps and splices. aS*w 12" B Dla Pipe . a 18' -i a. Thrust Block Detail r PROPOSED FOUNDATION 500.000 Gaaons Capacity' For City of Fayetteville Location Fayetteville, AR Estimate No, 37152289.03w Made by CLK Date 20 Feb, 2010 Rev 0. Sheet 2 LOCATION ENGINEER OWNER YEAR Oswego, IL SEC Group Inc. Village of Oswego 2010 1500M WSD / 129.5'TCL Brian Schiber Jerry Weaver (630) 553-7560 (630) 554-3242 Bschiber@secgroupinc.com jweaver@oswegoil.org Sycamore, IL Baxter & Woodman, Inc. City of Sycamore 2010 1$00M WSD / 141.3' TCL Carolyn Grieves / Harry Hannon Candy Smith, City Clerk (815)459-1260 Alamosa, CO Olsson Associates City of Alamosa 2010 1250M WSD / 147.9' TCL Joseph Baxter Judy Egbert, City Clerk (720) 962-6072 (719) 589-2593 jbaxter@oaconsulting.com Two Harbors, MN MSA Professional Services, Inc City of Two Harbors 2010 1250M WSD / 150' TCL Dan Kort Lee A. Klein - Adminisatrator (218)722-3915 (218)834-5631 dkort@msa-ps.com East Windsor, NJ Malcolm Pimie, Inc. East Windsor MUA 2010 1000M WSD / 158' TCL Luigi Zecchin Joe Sokol - Executive Director (201) 398-4408 (609) 443-6000 LZecchin@Pirnie.com joes@eastwindsormua.com Frankfort, IL Robinson Engineering Ltd. Village of Frankfort 2010 1000M WSD / 152.8' TCL Greg Kamplain Bob Kennedy (815)806-0300 (815)469-2177 Gkamplain@reltd.com Harrison Co. (W15), MS Knesal Engineering Services, Inc Harrison County Utility Authority 2010 1000M WSD / 148' TCL Bobby Knesal/BillKnesal Kamran Pahiavan (228) 867-9100 (228) 868-8752 bobbyk@knesalengineering.com kped@bellsouth.net Limestone, IL Aqua Illinois Incorporated Aqua Illinois Incorporated 2010 1000M WSD / 146.5' TCL Michael Nargang Michael Nargang (815)614-2060 (815)614-2060 MNargang@aquaamerica.com MNargang@aquaamerica.com Edwardsville, IL Veolia Water NA Veolia Water NA 2009 1000M WSD / 141.5'TCL Greg Hoover Greg Hoover (412) 809-6557 (412) 809-6557 Greg.Hoover@veoliawatema.com Printed: February 19, 2010 Page 1 of 9 LOCATION ENGINEER OWNER YEAR Gonzales, LA 1000M WSD / 142.5' TCL Joliet, IL I000M WSD / 113.5' TCL Spotsylvania, VA 1000M WSD / 158.5TCL Superior, WI 1500M WSD / 122' TCL Mundelein, IL 1250M WSD / 172.5' TCL Cherry Hill, NJ I 000M WSD / 167'TCL Danville, IL I000M WSD / 110' TCL Jackson, MI I000M WSD / 156' TCL Manhattan, IL I000M WSD / 151.2' TCL Noblesville, IN 1000M WSD / 125' TCL Printed: February 19, 2010 Glenn Shaheen & Assoc, Inc. Thomas Chance (225) 644-5523 Glenn. Shaheen@gsaengineers.com AB&H Bill Meinholz / Nora Bertram (312) 236-9147 wmeinholz@abh-donohue.com Wiley & Wilson, Inc. Maynard Jones (434) 947-1901 City of Gonzales Mayor Johnny Berthelot (225) 647-2841 City of Joliet. Ryan Liang (815)724-4212 Spotsylvania County Government Wayne Brooks, Construction Mgr (540) 507-7305 Short Elliott Hendrickson (SEH) Superior Water, Light & Power Jon Strand Company (715) 720-6243 Tom Donofrio jstrand@sehinc.com (715) 394-2200 tonofrio@swlp.com Rezek, Henry, Meisenheimer & Gende, Village of Mundelein Inc. Village Clerk Bill Rickert/Sandy Voigt (847) 362-5959 Remington & Vemick Engineers Paul Kelly (856) 795-9595 ext. 140 Same Steve Wegman (217) 442-3063 x126 OMM Engineering, Inc. David Kuipers (616) 957-4350 dkuipers@onunengineering.com Robinson Engineering Ltd. Darryl Bauer (708) 331-6700 Tank Industry Consultants, Inc Patrick Brown (317) 271-3100 brown@tankindustry.com Merchantville Pennsauken Water Commission Michael Saraceni Aqua Illinois Mr. Steve Wegman (217) 442-3063 x126 S S Wegman@aquaamerica.com Summit Township Rick Faling DPW Supt. (517) 788-4113 Village of Manhattan William Borgo, Vlg Pres. Indiana American Water Roy C. Francis, P.E. (317) 885-2400 roy.francis@amwater.com 2009 2009 2009 PA 2008 2008 11. ►112 2008 Page2 of9 • LOCATION ENGINEER OWNER YEAR Northville, MI I000M WSD / 170.5' TCL Plymouth, MI I000M WSD / 119.5' TCL Point of Rocks, MD 1000M WSD / 122' TCL Big Lake, MN I000M WSD / 137' TCL Branch Hill, OH I000M WSD / 141' TCL Davenport, IA I000M WSD / 127' TCL Elgin, IL I000M WSD / 133' TCL Greensburg, IN 1000M WSD / 187.5' TCL Gulf Breeze, FL I000M WSD / 123.6' TCL Hampshire, IL I000M WSD / 139' TCL Stantec Consulting Michigan Inc. Aaron Uranga (734) 214-1863 aaron.uranga@stantec.com Dietrich Bailey & Associates Michael Bailey (734)455-3111 dba®dbapc.com John E. Harms Jr. & Assoc, Inc. Steve Zhan (301) 631-2027 Bolton & Menk, Inc. Jared Voge (320) 231-3956 EMH&T Adam Fricke 513-697-8701 Stanley Consultants, Inc. (773) 693-9624 Charter Township of Northville 2008 Donald P. Weaver (248) 662-0495 dweaver®twp.northville.mi.us Plymouth Charter Township 2008 Thomas Hollis, DPW Frederick County BOC Commissioners 2008 John L. Thompson, Jr, Pres. (301) 694-2078 City of Big Lake Mr. Patrick Wussow, City Administrator Clermont County Commissioners Mary C. Walker, President Iowa American Water David S. Lynde, Jr., P.E. (630) 739-8828 Rezek, Henry, Meisenheimer & Gende, City of Elgin Inc. Bill Rickert/Nicole Harris (847) 362-5959 HNTB Corporation Darren Burkhart (317) 636-4682 dburkhart@hntb.com Fabre Engineering Inc. Phil Phillips (850) 433-6438 phil.phillips@fabreinc.com Engineering Enterprises, Inc. Jed Davis (630) 466-9350 City of Greensburg Rick Denney - Water Sup. (812) 663-2641 Midway Water System, Inc. Mr. Phil Jowers (850) 932-5188 Village of Hampshire William P. Schmidt, Vlg Pres. 2007 2007 2007 2007 2007 2007 2007 Printed: February 19, 2010 Page 3 of 9 0 LOCATION ENGINEER OWNER YEAR Ottawa, IL City of Ottawa City of Ottawa 2007 1000M WSD / 140' TCL Arnie BAndstra City Clerk (815) 433-0161 (815) 433-0161 Portage, IN Stanley Consultants, Inc. Indiana -American Water Co. 2007 1000M WSD / 164' TCL Christopher Lucie Ed Nickels (773) 693-9624 (219) 880-2326 LucieChris@stanleygroup.com enickels@amwater.com Hampshire, IL Engineering Enterprises, Inc. Hampshire West, LLC 2006 2000M WSD / 138.5' TCL Kevin Bomstad Dan Olsem 630-466-9350 630-851-5490 kbomstad@eeiweb.com dolsem@crown-chicago.com Wentzville, MO Jacobs Civil, Inc. City of Wentzville 2006 2000M WSD / 203' TCL Steve Hornung Paul Lamb, Mayor (314) 335-4723 636-327-5101 steven.homung@jacobs.com Batavia, IL Rempe Sharpe & Associates, Inc. City of Batavia 2006 1500M WSD / 148' TCL Dan Watson 630-232-0827 dwatson@rsaengr.com Anderson Township, OH ARCADIS FPS City of Cincinnati 2006 1000M WSD / 129.5' TCL Larry Meyer Mark Ginty (513)352-3205 Auburn Hills, MI Orchard, I-liltz & McCliment, Inc. City of Auburn Hills 2006 1000M WSD / 121' TCL Al McComb Mari Harvey Edwards, Mayor 248-373-6774 Clarkston, MI Hubbell Roth & Clark, Inc. Charter Township of Independence 2006 1000M WSD / 124.5' TCL Ken Melchior (248) 625-5111 (248) 454-6572 Grand Blanc, MI Rowe Inc. Charter Township of Grand Blanc 2006 1000M WSD / 152' TCL Jack T. Wheatley, P.E. 810-341-7500 JWheatley@Rowelncorp.com McHenry, IL Smith Engineering Consultants, Inc. City of McHenry 2006 1000M WSD / 108.8' TCL Steve Cieslica Janice C. Jones, Clerk (815)385-1778 815-363-2105 Printed: February 19, 2010 Page 4 of 9 0 LOCATION ENGINEER OWNER YEAR Montgomery, IL Engineering Enterprises, Inc. Village of Montgomery 2006 1000M WSD / 140' TCL Bill Dunn Robert Watennann, Vlg Clerk 630466-9350 bdunn@eeiweb.com Oxford Township, MI Rowe Inc Oxford County Drain Commissioner 2006 1000M WSD / 156.5' TCL Shannon Parry/Doug Scott John P. McCulloch (810) 341-7500 Plano, IL Lakewood Homes City of Plano 2006 1000M WSD / 119.5' TCL Robert C. Graham, VP Mayor, William Roberts (847) 884-8800 Bob@lakewoodhomesnet Romeoville, IL Robinson Engineering Ltd. Village of Romeoville 2006 1 DOOM WSD / 134.5 TCL Jennifer S. Prinz Jonathon Zabrocki, Vlg. Eng (708) 331-6700 Rhckersville, VA WW Associates, Inc. Greene County 2006 1000M WSD / 137' TCL James McGill, Herbert White, Jason Mr. Julius L. Morris, County Clark Administrator (434) 582-6175 hwhite@wwassociates.net Sayrewoods, NJ Robert Ruppert Old Bridge Municipal Utilities 2006 1000M WSD / 146.9' TCL (732) 727-8000 Authority Rocco Donatelli, Chairman Westerly, RI C&E Eng. Partners, Inc. Town of Westerly 2006 1000M WSD / 105' TCL Russ Houde Office of the Finance Director 401-762-1711 Smyrna, TN Highers, Koonce & Assoc., Inc. Town of Smyrna 2005 2000M WSD / 102' TCL Buddy Koonce Pat Hickey - DPW (615)333-7200 (615)459-9742 Oswego, IL Smith Engineering Consultants, Inc. Village of Oswego 2005 1500M WSD / 200.5' TCL Mike Hughes Jerry Weaver (630) 553-7560 (630) 554-3242 mhughes@smithengineering.com jweaver@oswegoil.org Broken Arrow, OK Holloway Updike & Bellen, Inc. Broken Arrow Municipal Authority 2005 1000M WSD / 137' TCL Jay Updike Dave McCann Purchasing Dir (918) 682-7811 (918) 259-8325 Clinton, MS Williford Gearhart & Knight, Inc City of Clinton 2005 1000M WSD Printed: February 19, 2010 Page 5 of 9 • 0 LOCATION ENGINEER OWNER YEAR Danville, IL Aqua Illinois, Inc. I000M WSD / 127TCL Jerry Connolly (217)443-8538 Pingree Grove, IL Lintech Engineering LLC 1000M WSD / 172.2' TCL Jeremy Lin (815) 479-5180 jlin@lintechllc.com Wilson, NC I000M WSD / 132.5' TCL Montgomery, IL 2000M WSD / 156' TCL Green Engineering Rupert Welfare 2522375365 Engineering Enterprises, Inc. Kevin Bomstad, P.E. 6304669350 kbomstad@eeiweb.com Aurora, IL Crawford, Murphy & Tilly, Inc. 1500M WSD / 116.5' TCL Theresa O'Grady 6308201022 togrady@cmtengr.com Yorkville, IL Engineering Enterprises, Inc. 1500M WSD /157.5' TCL Brad Sanderson (630) 466-9350 Yorkville, IL Engineering Enterprises, Inc. 1250M WSD / 152' TCL Kevin Bomstad (630) 466-9350 Germantown, WI I000M WSD / 137.5' TCL Mooresville, NC I000M WSD / 173' TCL White Lake Township, MI 1000M WSD / 160' TCL Ruekert & Mielke, Inc. Gregory Bolin 2625425733 Willis Engineers Chuck Willis 7043779844 Johnson & Anderson Inc Ole Anderson, PE (248) 681-7800 Aqua Illinois, Inc. 2005 Jerry Connolly (217) 443-8538 Cambridge Homes 2005 David J. Cook (847) 984-4444 City of Wilson 2005 Charles Pittman III Deputy City Mgr Village of Montgomery 2004 Barbara Argo, Vlg Clerk 6308968080 City of Aurora 2004 City Clerk Pasquinelli Development Group, Inc. 2004 Tim Winter (630) 325-5575 twinter@pasquinelli.com United City of Yorkville 2004 Jackie Milscheski, City Clerk Village of Germantown 2004 Bert Caverson - Director of Public Works 2622504725 Town of Mooresville 2004 Richard McLean, Office Mgr. White Lake Township 2004 Paul Sherlock - Water Manager 2486983300 Printed: February 19, 2010 Page 6 of 9 LOCATION ENGINEER OWNER YEAR Grayslake, IL Camp Dresser & McKee Inc. (CDM) Central Lake County Joint Action 2003 1500M WSD / 189.5' TCL Eric Cockerill, P. E. Water Agency 3123465000 Melanie VanHeirseele, Asst. Executive Director 8472957788 Plainfield, IL Baxter & Woodman, Inc. Village of Plainfield 1250M WSD / 141.1' TCL Raymond Koenig Allen Persons 7084782090 8154363577 Gulf Shores, AL Engineering Development Services, City of Gulf Shores Utility Board 1000M WSD / 147' TCL LLC Cliff Johnson, Utility Manager Joseph Bullock (251) 626-2122 Hope, AR Christian & Ward, Inc Hope Water & Light Commission IOOOM WSD / 151' TCL Earl Christian James R. Kirchhoff, General Mgr (870) 772-0076 Howard, WI Graef Anhalt Schloemer Village of Howard I DOOM WSD / 146' TCL Patrick Skalecki Geoff Farr 9205929440 Northfield, MN Bolton & Menk, Inc. City of Northfield 1000M WSD / 100' TCL Jon Pederson Office of City Clerk 5076254171 Plainfield, IL Baxter & Woodman, Inc. Village of Plainfield I DOOM WSD / 140.3' TCL Ray Koenig Peter E. DeBogory 7084782090 rkoenig@baxwood.com Sands Point, NY Dvirka and Bartilucci Incorporated Village of Sands Point I000M WSD / 125.5' TCL William Merklin Brian Gunderson Savage, MN Bonestroo Rosene Anderlik & Assoc City of Savage I000M WSD /161' TCL Mark Rolfs Stephen King, City Admin 6516044872 Shorewood, IL I OOOM WSD / 98.2' TCL Braemar, VA 2000M WSD / 152' TCL Printed: February 19, 2010 Baxter & Woodman, Inc. Ray Koenig (708) 478-2090 Hazen & Sawyer Ron Tatariw 7032182034 Village of Shorewood Richard Chapman, Pres Prince William County Service Authority Purchasing Manager 2003 2003 2003 2003 2003 2003 2003 2003 Page 7 of 9 LOCATION ENGINEER OWNER YEAR Cicero, IL Frank Novotny & Associates Town of Cicero 2000M WSD / 116' TCL Bob Novotny City Clerk (630) 887-8640 Beavercreek, OH DPW, Office of Sanitary Engineering DPW, Office of Sanitary Engineering 1500M WSD / 127.5TCL Jeffery A. Hissong, PE, Director Steve Stapleton 9375627450 9374272883 Crown Point, IN I000M WSD / 173.2' TCL Greenwood, IN IQOOM WSD / 165'TCL Y. City of Crown Point Jeff Ban (219) 663-3394 jrban@urisp.com Indiana American Water Co. Ken Giannone (856) 346-8273 kiannone@amwater.com City of Crown Point Jeff Ban Indiana -American Water Company Alan D. Stuemke, P.E. (317) 885-2445 astuemke@amwater.com Holland, MI Fishbeck, Thompson, Carr & Huber City of Holland I000M WSD / 146.5' TCL John Willemin Mark Hurley (616) 575-3824 Romeo, MI Jones & Henry Engineers, LTD Village of Romeo I000M WSD / 86' TCL Thomas Metcalf Mr. Paul Reiz - President (419) 473-9611 Warrenville, IL 2000M WSD / 146.3' TCL Downers Grove, IL 1000M WSD / 126.1' TCL Elwood, IL I000M WSD / 146' TCL Florence, SC I000M WSD / 167'TCL Galveston, TX I 000M WSD / 137' TCL V3 Construction Group Mike Famiglietti (630) 571-0353 Tank Industry Consultants, Inc Todd Moore (317) 271-3100 Consoer Townsend Envirodyne Karl Krebs (312) 938-0300 Florence County Engineering Glen Kirvin (843) 676-8600 Klotz Associates, Inc. Larry Smalley (281) 589-7257 Warrenville Development Ltd Pamtership Lynx Chan - VP 3127825800 Village of Downers Grove Ed Docekal (630) 434-5460 Village of Elwood John Barry, Village President (815) 423-5011 Florence County Joe W. King, County Administrator (843) 665-3018 The Gulf Coast Water Authority Gordon Myers, General Manager (409) 935-2438 2002 2002 2002 2002 2002 2001 2001 2001 2001 2001 Printed: February 19, 2010 Page 8 of 9 LOCATION ENGINEER OWNER YEAR Itasca, IL Baxter & Woodman, Inc. Village of Itasca 2001 1000M WSD / 160' TCL Jim Repp Carole Schreiber, Clerk (815) 459-1260 (630) 773-0835 Lansing, MI Delta Charter Township Delta Charter Township 2001 1000M WSD / 136.5' TCL Dennis Williams Stanley Wegrzyn (517) 323-8540 (517) 323-8570 Maumee, OH Finkbeiner, Pettis & Strout City of Maumee 2001 1000M WSD / 144.8TCL Brad Hitts Director of Public Service (419) 473-1121 (419) 897-7150 Mt. Carmel, IL Lamac Engineering Company, Inc City of Mt. Carmel 2001 1000M WSD / 104.5' TCL Michael L. Gill, PE George W. Woodcock, Mayor (618) 262-8651 Ocean City, MD Whitman Requardt & Associates, LLP Town of Ocean City 2001 1000M WSD / ill' TCL Earl Swartzendruber / Dave Johnstone Hal O. Adkins - PW Director (410) 235-3450 (410) 524-7715 Merrillville, IN Northwest Indiana Water Company Northwest Indiana Water Company 2000 1500M WSD / 146' TCL Craig Hendrix, Senior Proj. Engr. 2198863770 South Bend, IN Tank Industry Consultants, Inc South Bend Board of Water Works 2000 1500M WSD / 136' TCL Todd Moore Commissioners 3172713100 Ed Herman 2192355633 Dundee, MI Finkbeiner, Pettis & Strout Village of Dundee 2000 I000M WSD / 119.4' TCL James Leu /Denise M. Plummer Patrick Burtch, Village Manager (419) 473-1121 Englewood, OH Griffiths Vanden Bosch & Associates, City of Englewood 2000 1000M WSD / 135.5' TCL Inc. Eric Smith, City Manager Ken Griffiths 9378365106 (937) 836-4888 Flora, IL Charleston Engineering, Inc. City of Flora 2000 1000M WSD / 151.7' TCL Paul Muhs Daniel M. Sulsberger (618)392-0736 (618)662-7111 Printed: February 19, 2010 Page 9 of 9 `l DOCUMENT 003510 BIDBOND STATE OF ARI ANSAS KNOW ALL MEN BY THESE PRESENTS, that we: CB&I Inc. Principal and Contractor; 8nd Westchester Fire Insurance Company hereinafter called Surety, are held and firmly bound unto the City of Fayetteville, Arkansas and represented by its Mayor, hereinafter called Owner, in the sum of Five Percent of the Greatest Amount Bid--------------- DOLLARS ($5% G.A. B.*******) lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. WHEREAS, the Principal contemplates submitting or has submitted a bid to the Owner for the frunishing'of all labor, materials (except those to be specifically furnished by the Owner), equipment, machinery, tools, apparatus, means of transportation for, and the performance of the work covered in the Bid and the detailed Drawings and Specifications, entitled: Canterbury Road 500,000 Gallon Elevated Water Storage Tank WHEREAS, it was a condition precedent to the submission of said bid that a cashier's check, certified check, or bid bond in the amount of 5 percent of the base bid be submitted with said bid as a guarantee that the Bidder would, if awarded the Contract, enter into a written Contract with the Owner for the performance of said Contract withih 15 consecutive calendar days after writtennotice having been given of the award of the Contract. NOW, THEREFORE, the conditions of this obligation are such that if the Principal within 15 consecutive calendar days after written notice of such acceptance enters into a written Contract with the Owner and furnishes a Contract Surety Bond in an amount equal to 100 percent of the base bid, satisfactory to the Owner, then this obligation shall be void; otherwise the sum herein stated shall be due and payable to the Owner and the Surety herein agrees to pay said sum immediately upon demand of the Owner in good and lawful money of the United States of America, as liquidated damages for failure thereof of said Principal. FY042150 Canterbury Road Tank Section 00350-1 IN WITNESS WHEREOF, the said cB&I Inc. , as Principalherein, has caused these presents to be signed in its namebyits Business:Development Manager attested by its Assistant Secretary under its corporate seal, and the said Westchester Fire Insurance Company as Surety herein, has caused these presents to be signed in its name by its Attorney -in -Face under its corporate seal, this 23rd day of February A.D., 2010. Signed, sealed and delivered in the presence of: (See Attached Certification of Resolution and Authority) As to Principal Ronald C. Geedman, Assistant Secretary Su r e VL L24 Lisa A. Ward Witness - As to Surety Inc. Principal -Contractor Donald 0. Nason V Business Development Manager Title Westchester Fire Insurance Company Attorney- -Fact (Power-of-Attorn y to beAttac d) Margaret B oltrl C. By NonResi en g t Michael J. H rod - AR License #35990 FY042150 Canterbury Road Tank Section 00350-2 State of Arkansas. Arkansas Insurance Department IS LICENSED TO ENGAGE IN THE BUE SUBJECT TO APPLICABLE LAWS AND rl� e":2. NO&%1YUIV,{DI1 JJJpVI.` LICE[�$E fl'PF- EF�i,EC' Non -RI ...... - csi eotnProducer Agent, . , I C' [YY It ry. )4h i-c-t OUAI.IFIQIyTIONS =,:" ' -IEXPI CAS; POPi?.z�.01 I y ,w `' 1 " �'rr xJry A � a- -yr Ji (__�1^{fir !'M Mike Beebe " Governor IN THE CAPACITY STATED BELOW, ay Brad ord Insurance Commissioner State of Arkansas Arkansas Insurance Department Mike Beebe, Governor Jay Bradford, Insurance Commissioner State of Arkansas z' i Arkansas ItiffiuSagf)pepartment RERROD M[CtfirTEGOI,r is Tans see to engageigrthe• rtbsI W,sJvn n pce in the State of Arkansas in the Cad?c't5tate�'belOw Subletii•applicaole laws and rules. LICEN LE TYPE/N EFEGTIVE DATE ,, III t�VG{�hl i ),1sJ.I r0li i' r17 Non-ResidenlY�rodu�r�AgeoY�'�y., ir, 12&2010 QUALIFICATIONS` r.r.3NEX IR/ITION DATE CAS,Piii J. I Mike Beebe Jay I Governor . Insurance ■y THE BACK OF THIS DOCUMENT LISTS VARIOUS SECURITY FEATURES ® THAT WILL PROTECT AGAINST COPY COUNTERFEIT AND ALTERATION. 0 .0 CERTIFICATION OF RESOLUTION AND AUTHORITY I, Ronald C. Geedman, do hereby certify that I am the duly -elected and acting Assistant Secretary of CB&I Inc. (a/k/a CB&I Constructors, Inc. orCB&I Constructors or CB&I Inc: of Texas), a Texas corporation, (the "Company") and that as such officer I am duly authorized to make this certificate in behalf of that Company. I further certify that by consent in lieu of a meeting dated March 6, 2001, as authorized by Texas law, the Board of Directors of said Company adopted the following resolution in accordance with the By-laws of said Company: RESOLVED, that the President, any Vice -President, the Treasurer, or any regional sales manager, contracting manager, regional construction manager, manufacturing, manager, project manager or business development manager heretofore or hereafter appointed by the Company or any other sales representative as may from time to time be designated by any one of the President, any Vice -President or the Treasurer, is authorized to make bids, prepare quotations and submit and receive proposals for contracts; to negotiate and sign contracts and other agreements, bid bonds, performance bonds, and other related documents; and to otherwise bind and obligate the Company in the conduct of its normal business. I further certify that the foregoing resolution is in full force and effect and that Donald O. Nason is a duly designated and authorized Business Development Manager of the Company. This certificate shall remain in full force and effect for ninety days from the date it bears, unless sooner revoked, but no such revocation shall be effective as to anyone dealing with any individual named in this certificate in reliance hereon unless written notice of such revocation has been received by the person so relying on this certificate. IN WITNESS WHEREOF, I have hereonto set my hand and the seal of CB&I Inc., this 23rd day of February 2010 . CB&I Inc. 0 �S Slo-I� ARCHIVED CANTERBURY ROAD 500,000 GALLON ELEVATED WATER STORAGE TANK CITY OF FAYETTEVILLE, ARKANSAS ARKANSAS MCE PROJECT NO. FY042150 CONTRACT SECTION I OCTOBER 2009 Prepared By: McCLELLAND IMEECONSULTING ENGINEERS, INC. McClelland Consulting Engineers, Inc. 1810 North College, P.O. Box 1229 Fayetteville, Arkansas 72702-1229 (479) 443-2377 ADDENDUM NO. 1 February 17, 2010 Canterbury Road 500,000 Gallon Elevated Water Storage Tank Project # FY042150, CSI To All Plan Holders of Record: The Plans and Specifications for this Project are revised as follows: PRE -BID MEETING TOPICS: The topics discussed at the Pre -Bid Meeting are attached. These topics are revisions to the Plans and Specifications as follows: a. The Bid Opening is Tuesday, February 23, 2010, not Friday as listed in the Invitation to Bid. b. A two year Maintenance Bond and associated warranty is required. The one year warranty for the tank listed in Specification Sections 13210, 13212 and 13214 is incorrect. c. Bidder experience is required as listed in Specification Sections 13210, 13212 and 13214. d. If the 390 day Contract completion period results in the need to do tank painting during unsuitable weather, and the work is otherwise complete, the Owner expects that a delay in final painting, until weather conditions are favorable, will be allowable. OTHER ITEMS DISCUSSED AT THE PRE -BID MEETING ARE AS FOLLOWS: a. State sales tax applies to this project. b. Specification Page 00300-9 requires the Bidder to perform 70% of the work. Bidders are expected to be the actual tank contractors, instead of civil contractors with a tank manufacturer as a subcontractor. c. The Geotechnical Investigation included in Section 00200 includes some foundation recommendations. There recommendations are not mandatory. The Tank Contractor shall consider all applicable information and shall develop his own foundation design in accordance with AWWA Standards. Modified geotechnical recommendations are attached. d. City staff will obtain any city building permits and/or licenses required for this construction and will pay any applicable fees so that the Contractor will not need to pay for city license or permit fees. e. Part 7, Purchaser Options and Alternatives, of Specification Sections 13210, 13212 and 13214 list features that are required as part of this project, and the price for these features needs to be included in the tank bid prices. The paragraph concerning the Antenna Rail, under Part 7 mentions a "screen system" around the antenna rail. The requirement for a screen system is hereby deleted. The 60 -inch tall handrail may be used for mounting SCADA antenna used by the Fayetteville Water Department and perhaps other city antenna, such as Police Department radio equipment. However, the antenna rail will not be used for commercial purposes, such as cell phone antenna, so antenna bases required will be minimal. f. In addition to dome shaped roofs being acceptable, as listed in Sections 13210, 13212 and 13214, steel roofs may also be conical in shape with a slope ranging from 8:1 to 12:1. The intersection of the vertical wall plate and the roof shall be configured with a 2' —6" high by 1' —6" wide transition knuckle. FY042150 SECTION 1- Add 1 • The City of Fayetteville intends to provide and install a small propane powered standby power generator. The generator shall include its own intergal automatic transfer switch. The purpose of the generator is to operate the lights for the tank and to power a SCADA system that will also be provided and installed by the Owner. The generator, its propane tank and the SCADA control panel and SCADA antenna will be installed by the City, after the tank work is completed and accepted. In order to facilitate this work, the Contractor is to modify his electrical system layout in accordance with the attached Plan Sheet E-5, and is to complete the following construction activities: a. Construct a 3' x 7' x 8" thick concrete pad for the generator to set on, at a location beside the east retaining wall, approximately 45 feet north of the altitude valve vault. Reinforce the pad with #4 bars at 12 inches on center, both ways. Route electrical conduit for the generator pad per Plan Sheet E-5. b. Provide and install up to 30 feet of Y2 -inch copper propane tubing from the propane tank location to the generator pad location. Exact locations to be determined. c. Provide and install a new four circuit breaker panel near the lighting panel, inside the tank base per Plan Sheet E-5. d. Provide mounting brackets (unistrut) inside the tank base, beside the lighting panel for the Owner's use in mounting the SCADA panel. e. Provide and install a 3/4 -inch conduit from the SCADA panel vicinity to a junction box on top of the tank. Include a 15 amp No. 12 wire circuit in this conduit. f. Provide and install an underground 3/4 -inch conduit from the SCADA panel vicinity to a junction box in the altitude valve vault. Include a 16 gauge shielded twisted pair, 4:20 mA signal wires in the conduit from the altitude valve vault to the SCADA panel vicinity. 4. Specification Page 02830-2, Paragraph 2.1A is hereby modified to add the following pre - approved retaining suppliers to the three listed suppliers: 4. Keystone Retaining Wall Units 5. Anchor Retaining Wall Systems Specification Page 02746-2, Paragraph 2.1 D. is hereby revised as follows: D. Hot -mix surfacing material shall meet the following requirements: 1. Asphaltic Cement: ACHM (TYPE II) in accordance with AHTD Standard specifications for Highway Construction, Sectino 407, Edition of 1996. 2. Testing: Mix Design tests of asphalt mixtures and materials will be made by the Contractors laboratory. Submit test reports to Engineer. 3. Contractor shall be responsible for the cost of testing all materials. 6. The grate inlet at Sta. 1+40 on Plan Sheet 7 shall be East Jordan Iron Works V-5736-80, 38'/4" x 38 Yd' x 1 1/2" heavy duty grate, for HS -20 wheel load, or approved equal. The grate cover for the tank overflow manhole shall be aluminum walkway grating covering the 48 -inch inside diameter manhole top. 7. Specification Page 13212-4, Paragraph 2.3.2, Item 1, delete the last line of this paragraph. Expansion joints are not required in the piping for the fluted column tank configuration. 8. Specification Page 00300-7, BASIS OF AWARD, paragraph is deleted and is replaced as follows: FY0421SO SECTI ON 1— Add 1 BASIS OF AWARD The Bidder understands that the Contract will be awarded to the responsive, responsible bidder with the lowest Total Bid on either of the three listed tank configurations. This Addendum No. 1 consists of three pages of written documentation and three attachments. Except as amended by this addendum, the requirements of the project as set forth in the original bid documents shall remain in effect. This addendum must be acknowledged in the space provided on the Bid Form. Robert W. White, PE Attachments: Pre -Bid Meeting Topics Electrical Plan Sheet E-5 Addendum to Geotechnical Investigation Date: Bidder: Received By: Date: FY042150 SECTION 1 —Add 1 • PRE -BID MEETING CANTERBURY ROAD 500.000 GALLON ELEVATED TANK Friday, February 12, 2010 11:00 AM Fayetteville City Hall Bid Opening: Tuesday, February 23, 2010 at 2:00 PM, Room 306, Fayetteville City Hall, 113 W. Mountain, Fayetteville, Arkansas. Wage Rates: Arkansas Wage Rates apply, per Specification Section 00200. Project Funds: City funds are to be used. No federal or state funds. Contract Period: 390 Calendar Days Liquidated Damages: $700/day after the Contract Period expires. Bonds: Performance Bond, Payment Bond and two-year Maintenance Bond are required. The Warranty Period is for two years. A 5% Bid Bond is required with Bid Submission. Buy American: Not applicable. Bidder Experience Pre -Qualifications: As listed in the tank specification sections, Bidders must demonstrate past performance on tank fabrication and erection. Alternate Bids: Bids are being taken on three tank configurations; Spheroidal, Fluted Column, and Composite. Bidders may submit bids on any or all configurations. The Owner will select the desired configuration prior to Award of the Contract. Neighborhood Constraints: The tank site is inside an established residential neighborhood. The Contractor shall schedule work activities within normal working hours to minimize disruption to the neighborhood. Work activities shall be confined to the property and easements owned by the City of Fayetteville. Adjoining private property shall not be impacted. Trees and shrubs designated for protection shall not be disturbed. Other trees and shrubs that can be left undisturbed by the construction work shall remain. Construction Photographs: Review Section 01325 of the Specifications, On -site and Off -site photographs are required, including a record of the access streets from Highway 265 to the tank vicinity. FY042150 Pre -Bid Meeting Notes I • ADDENDUM TO GEOTECHNICAL INVESTIGATION CANTERBURY ROAD WATER TANK Fayetteville, Arkansas February 17, 2010 ANALYSIS AND RECOMMENDATIONS Elevated Tank The proposed elevated water tank is to be about 148 feet tall and is to have a capacity of 500,000 gallons. The foundation system recommended for the proposed water tank is a drill pier supported footing system founded a minimum of one (1) foot into the hard gray limestone formation at approximately 34 to 38 feet. The safe allowable bearing capacity for the limestone formation is 35,000 pounds per square foot (psf). Settlement for the drilled pier supported footings is the range of one half (1/2) inch may be expected for the tank under full loading over a period of time. The allowable bearing pressure for the spread footing foundations should provide a minimum factor of safety of three (3) with respect to the measured and estimated strength properties of the bearing strata. An alternate foundation system for the proposed water tank structure is a spread footing foundation system founded at an elevation of 1650.0 about 15 to 18 feet below the existing ground elevation in the brown weathered sandstone formation. The safe allowable bearing pressure for the spread footings is 8,500 pounds per square foot (psf). The allowable bearing pressure provides a minimum factor of safety of 3.0 with respect to the measured strength properties of the weathered sandstone formation. The tank foundation may be founded at a higher elevation provided the foundation site is undercut and backfilled with select materials which will provide an equal bearing value and the base of the fill extend beyond the foundation at a 45 degree angle. • TABLE OF CONTENTS PART/SECTION # SUBJECT PAGE # PART I BIDDING REQUIREMENTS 00030 Advertisement for Bids ..................................................... 1-2 00100 instructions to Bidder........................................................ 1-7 00200 Information Available to Bidders ..................................... 1 00300 Bid Form Lump Sum ........................................................ 1-11 00350 Bid Bond........................................................................... 1-2 00360 Notice of Award................................................................ 1 PART II CONTRACT FORMS 00500 Contract............................................................................. 1-3 00600-1 Performance Bond............................................................ 1-3 00600-2 Payment Bond................................................................... 1-3 00650 Maintenance Bond........................................................... 1 00660 Contractor's Affidavit....................................................... 1 00670 Notice to Proceed.............................................................. 1 00680 Change Order Form.......................................................... 2 PART Ill CONDITIONS OF THE CONTRACT 00700 General Conditions........................................................... 1-28 00800 Supplementary Conditions ................................................ 1-2 PART IV SPECIFICATIONS DIVISION I GENERAL REQUIREMENTS 01000 Abbreviations.................................................................... 1-2 01009 Summary of Work............................................................ 1-2 01011 Site Conditions................................................................. 1-4 01014 Protection of the Environment .......................................... 1-2 01016 Safety Requirements and Protection of Property .............. 1-5 01027 Application for Payment...................................................1-2 01028 Change Order Procedures.................................................1-3 01070 Cutting and Patching.........................................................1-3 01210 Preconstruction Conferences............................................1-2 01300 Submittals During Construction.......................................1-5 01311 Schedule & Sequence of Operations................................1-3 01325 Construction Photographs.................................................1-8 01400 Quality Control................................................................. 1-2 01500 Temporary Construction Facilities and Utilities...............1-3 01600 Material and Equipment Shipment, Handling, Storage, and Protection....................................1-3 01700 Contract Closeout............................................................. 1-2 01710 Clean-Up........................................................................... 1-2 01720 Project Record Documents...............................................1-3 FY042150 Canterbury Road Tank TOC- I TABLE OF CONTENTS PART/SECTION # SUBJECT PAGE # DIVISION 2 SITE WORK 02102 Clearing, Grubbing, and Stripping ................................... 1-3 02150 Storm Water Pollution Prevention ................................... 1-4 02200 Earthwork, Trench Excavation and Backfill .................... 1-8 02218 Landscape Grading........................................................... 1-2 02375 Geotextile......................................................................... 1-3 02376 Geogrid............................................................................. 1-7 02444 Fencing............................................................................. 1-4 02485 Finish Grading and Grass ................................................. 1-3 02631 Reinforced Concrete Pipe and Fittings ............................. 1-2 02746 Asphaltic Concrete Paving ............................................... 1-4 02830 Segmented Retaining Wall System .................................. 1-9 DIVISION 3 CONCRETE 03210 Reinforcing Steel.............................................................. 1-3 03300 Concrete............................................................................ 1-12 DIVISION 13 SPECIAL CONSTRUCTION 13210 Spheroidal Elevated Tank Specification .......................... 1-14 13212 Fluted Column Elevated Tank Specification .................... 1-14 13214 Composite Elevated Tank Specification .......................... 1-23 DIVISION 15 MECHANICAL 15001 Plant Piping - General ...................................................... 1-10 15001-2 Cement -Lined Ductile Iron Pipe & Epoxy Coated Fittings .................................. 1-5 15001-14 Polyvinyl Chloride (PVC) Pipe and Fittings .................... 1-2 15012 Miscellaneous Tubing ...................................................... 1-2 15013 Miscellaneous Piping Specialties ..................................... 1-3 15080 Manually Operated Valves and Check Valves ................. 1-4 15082 Self -Contained Automatic Process Valves.......................1-2 DIVISION 16 ELECTRICAL 16000 General Electrical Provisions ........................................... 1-21 16109 Identification.................................................................... 1-2 161 I 1 Conduit............................................................................. 1-5 16120 Wires & Cables................................................................ 1-4 16134 Outlet, Pull Boxes............................................................ 1-3 16141 Wall Switches................................................................... 1-2 16145 Receptacles....................................................................... 1-2 16147 Plate Covers...................................................................... 1-2 FY042150 Canterbury Road Tank TOC-2 L PART/SECTION # DIVISION 16 16160 16170 16178 16180 16190 16420 16450 16510 TABLE OF CONTENTS SUBJECT PAC ELECTRICAL Panelboards...................................................................... 1-3 Motor, Circuit Disconnects .............................................. 1-2 Control Panels.................................................................. 1-2 Overcurrent Protective Devices ........................................ 1-3 Supporting Devices.......................................................... 1-3 Transformers.................................................................... 1-3 Grounding......................................................................... 1-3 LightFixtures................................................................... 1-4 APPENDIX LISTINGS APPENDIX A Standard Water Line Specifications City of Fayetteville APPENDIX B Special Provisions APPENDIX C Water Shut Down and Boil Orders City of Fayetteville APPENDIX D Chapter 5, Tree and Landscape Manual City of Fayetteville APPENDIX E Storm Water Pollution Prevention Plan APPENDIX F Occupational Safety Health Administration (OSHA) Standard for Excavation and Trenches Safety System, 29 CFR 1926, Subpart P APPENDIX G Arkansas State Licensing Law for Contractors I;9 FY042150 Canterbury Road Tank TOC-3 PART I BIDDING REQUIREMENTS City of Fayetteville Invitation to Bid Bid 10-17, Construction of Canterbury Elevated Water Tank PROJECT: Canterbury Road 500,000 Gallon Elevated Water Storage Tank, Fayetteville, Arkansas MCE Project No.: FY042150, Contract Section I Advertisement Dates: 01/28/10 and 02/05/10 Engineer: McClelland Consulting Engineers, Inc. 1810 North College P.O. Box 1229 Fayetteville, Arkansas 72701 Phone: (479) 443-2377 The City of Fayetteville will receive sealed bids for the construction of a 500,000 gallon elevated water storage tank and related tank site work including site grading, driveway construction, fencing, retaining wall construction, drainage structures, a valve vault and tank piping. Bids shall be on a lump sum basis. The City of Fayetteville. Arkansas will receive bids until Friday, February 23, 2010 at 2:00 PM, Local Time at the Office of the Purchasing Agent located in Room 306, 113 W. Mountain, Fayetteville, Arkansas. Bids received after this time will not be accepted. Bids will be opened and publicly read aloud immediately after specified closing time in a room to be designated. All interested parties are invited to attend. There will be a non -mandatory pre -bid meeting held on Friday, February 12, 2010 at 11:00 AM at City Hall, 113 W. Mountain, Fayetteville, AR 72701. All interested parties are strongly encouraged to attend. Bidding Documents may be examined at the offices of the Engineer and at: Southern Reprographics NW Ark. Planning Room 2905 Point Circle 200 S. Bloomington — Suite G Fayetteville, AR 72704 Lowell, AR 72745 • Copies of the Bidding documents may be obtained at the Engineers office in accordance with the Instructions to Bidders upon paying the sum of $150.00 for each set of documents. Return of documents is not required, and amount paid for documents is not refundable. Partial sets are not available. Each Bid must be submitted on the prescribed form and accompanied by a certified check or bid bond executed on the prescribed form, payable to the City of Fayetteville, Arkansas in an amount not less than 5 percent of the amount bid. For information concerning the proposed work, contact Robert W. White, P. E. at the Engineers office. The attention of the Bidder is directed to the applicable federal and state requirements and conditions of employment to be observed and minimum wage rates to be paid under this contract. "Pursuant to Arkansas Code Annotated 22-9-203, the City of Fayetteville. Arkansas encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, the City of Fayetteville. Arkansas encourages all general contractors to subcontract portions of their contract to qualified small, minority, and women business enterprises." The City of Fayetteville 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. CITY OF FAYETTEVILLE, ARKANSAS By: Andrea Foren, CPPB Purchasing Agent 479-575-8220 aforen@ci.fayetteville.ar.us • DOCUMENT 00100 INSTRUCTIONS TO BIDDERS PARAGRAPH NOJTITLE PAGE NO. I. FORMAT......................................................................................................................................1 2. SPECIFICATION LANGUAGE..................................................................................................1 3. GENERAL DESCRIPTION OF THE PROJECT........................................................................1 4. QUALIFICATION OF CONTRACTORS...................................................................................1 S. DOCUMENT INTERPRETATION.............................................................................................1 6. BIDDER'S UNDERSTANDING..................................................................................................2 7. PROJECT MANUAL AND DRAWINGS...................................................................................2 8. TYPE OF BID...............................................................................................................................2 9. TRENCH AND EXCAVATION SAFETY SYSTEM.................................................................3 10. ALTERNATES.............................................................................................................................3 I I. PREPARATION OF BIDS...........................................................................................................3 12. STATE AND LOCAL SALES AND USE TAXES.....................................................................3 13. SUBMISSION OF BIDS..............................................................................................................4 14. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID ......................................................4 15. WITHDRAWAL OF BID.............................................................................................................4 16. BID SECURITY...........................................................................................................................4 17. RETURN OF BID SECURITY....................................................................................................5 I8. AWARD OF CONTRACT...........................................................................................................5 19. BASIS OF AWARD.....................................................................................................................5 20. EXECUTION OF CONTRACT...................................................................................................5 21. PERFORMANCE AND PAYMENT BONDS, MAINTENANCE BOND.................................5 22. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND..............................................6 23. PERFORMANCE OF WORK BY CONTRACTOR...................................................................6 24. TIME OF COMPLETION............................................................................................................7 25. PROVIDING REQUIRED INSURANCE....................................................................................7 DOCUMENT 00100 INSTRUCTIONS TO BIDDERS FORMAT The Contract Documents are divided into Parts, Divisions, and Sections in keeping with accepted industry practice in order to separate categories of subject matter for convenient reference thereto. Generally, there has been no attempt to divide the Specification Sections into work performed by the various building trades, work by separate subcontractors, or work required for separate facilities in the Project. 2. SPECIFICATION LANGUAGE "Command" type sentences are used in Contract Documents. These refer to and are directed to the Contractor. GENERAL DESCRIPTION OF THE PROJECT A general description of the Work to be done is contained in the ADVERTISEMENT FOR BIDS. The scope is indicated on the accompanying Drawings and specified in applicable parts of these Contract Documents. 4. QUALIFICATION OF CONTRACTORS The prospective bidders must meet the statutorily prescribed requirements before Award of Contract by the Owner. Before a Contract will be awarded for the work contemplated herein, the Owner will conduct such investigation as is necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified under this Contract. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. 5. DOCUMENT INTERPRETATION The Contract Documents governing the Work proposed herein consist of the Drawings and all material bound herewith. These Contract Documents are intended to be mutually cooperative and to provide all details reasonably required for the execution of the proposed Work. Any person contemplating the submission of a Bid shall have thoroughly examined all of the various parts of these Documents, and should there be any doubt as to the meaning or intent of said Contract Documents, the Bidder should request of the Engineer, in writing (received by the Engineer at least 5 working days prior to bid opening) an interpretation thereof. FY042150 Canterbury Road Tank Section 00100-1 Any interpretation or change in said Contract Documents will be made only in writing, in the form of Addenda to the Documents which will be furnished to all Bidders receiving a set of the Documents. Bidders shall submit with their Bids, or indicate receipt, of all Addenda. The Owner or Engineer will not be responsible for any other explanation or interpretations of said Documents not issued in writing by Addendum. 6. BIDDER'S UNDERSTANDING Each Bidder must inform himself of the conditions relating to the execution of the Work, and it is assumed that he will inspect the site and make himself thoroughly familiar with all the Contract Documents. Failure to do so will not relieve the successful Bidder of his obligation to enter into a Contract and complete the contemplated Work in strict accordance with the Contract Documents. It shall be the Bidder's obligation to verify for himself and to his complete satisfaction all information concerning site and subsurface conditions. Information derived from topographic maps, or from Drawings showing location of utilities and structures will not in any way relieve the Contractor from any risk, or from properly examining the site and making such additional investigations as he may elect, or from properly fulfilling all the terms of the Contract Documents. Each Bidder shall inform himself of, and the Bidder awarded a Contract shall comply with, federal, state, and local laws, statutes, and ordinances relative to the execution of the Work. This requirement includes, but is not limited to, applicable regulations concerning minimum wage rates, nondiscrimination in the employment of labor, protection of public and employee safety and health, environmental protection, the protection of natural resources, fire protection, burning and nonburning requirements, permits, fees, contractor's license, nonresident contractors' notice and bond requirements, and similar subjects. 7. PROJECT MANUAL AND DRAWINGS No return of Drawings is required and no refund will be made. The successful bidder will be furnished three sets of Documents without charge. Any additional copies required will be furnished to the Contractor at $150.00 per set. Partial sets will not be available. 8. TYPE OF BID A single lump sum price shall be submitted in the appropriate place on the bid. The total amount to be paid the Contractor shall be the amount of the lump sum bid as adjusted for additions or deletions resulting from change orders during construction. The successful bidder shall furnish a breakdown of his lump sum bid as stated in the bid form under PAYMENT SCHEDULE. FY042150 Canterbury Road Tank Section 00100-2 9. TRENCH AND EXCAVATION SAFETY SYSTEM IN ACCORDANCE WITH ACT 291 OF 1993, BIDDERS MUST PROVIDE A SEPARATE PRICE FOR TRENCH AND EXCAVATION SAFETY PROGRAMS IN THE SPACE PROVIDED ON THE BID FORM. FAILURE TO DO SO WILL SUBJECT THE BIDDER TO DISQUALIFICATION. 10. ALTERNATES Not used. 11. PREPARATION OF BIDS Al! blank spaces on the Bid Form must be filled in, preferably in BLACK ink, in both words and figures where required. No changes shall be made in the phraseology of the forms. Written amounts shall govern in cases of discrepancy between the amounts stated in writing and the amounts stated in figures. In case of discrepancy between unit prices and totals, unit prices will prevail. Any Bid shall be deemed informal which contains material omissions, or irregularities, or in which any of the prices are obviously unbalanced, or which in any manner shall fail to conform to the conditions of the published ADVERTISEMENT FOR BIDS. Only one bid from any individual, firm, partnership, or corporation, under the same or different names, will be considered. Should it appear to the Owner that any Bidder is interested in more than one bid for Work contemplated, all bids in which such Bidder is interested will be rejected. The Bidder shall sign his Bid Form on the blank space provided therefor. If Bidder is a corporation, the legal name of the corporation shall be set forth above, together with the signature of the officer or officers authorized to sign Contracts on behalf of the corporation. If Bidder is a partnership or sole proprietorship, the true name of the firm shall be set forth above, together with the signature of the sole proprietor, partner or partners authorized to sign Contracts in behalf of the firm. If signature is by an agent, other than an officer of a corporation or a member of a partnership or sole proprietor, a notarized power -of - attorney must be on file with the Owner prior to opening of bids or submitted with the Bid. 12. STATE AND LOCAL SALES AND USE TAXES Unless the Supplementary Conditions contains a statement that the Owner is exempt from state sales tax on materials incorporated into the Work due to the qualification of the Work under this Contract, all state and local sales and use taxes, as required by the laws and statutes of the state and its political subdivisions, shall be paid by the Contractor. Prices quoted in the Bid shall include all nonexempt sales and use taxes, unless provision is made in the Bid Form to separately itemize the tax. FY042150 Canterbury Road Tank Section 00100-3 • 13. SUBMISSION OF BIDS All Bids must be submitted, not later than the time prescribed, at the place, and in the manner set forth in the ADVERTISEMENT FOR BIDS. Bids must be made on the Bid Form provided herein. Each Bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions in the ADVERTISEMENT FOR BIDS. 14. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID Any Bidder may modify his bid by telegraphic or written communication at any time prior to the scheduled closing time for receipt of bids, provided such communication is received by the Owner prior to the closing time. The telegraphic or written communication should not reveal the bid price; it shall, however, state the addition or subtraction or other modification so that the final prices or terms will not be known by the Owner until the sealed bid is opened. 15. WITHDRAWAL OF BID Any Bid may be withdrawn prior to the scheduled time for the opening of bids either by telegraphic or written request, or in person. No Bid may be withdrawn after the time scheduled for opening of Bids, unless the time specified in Item, AWARD OF CONTRACT, of these INSTRUCTIONS TO BIDDERS shall have elapsed. 16. BID SECURITY Bids must be accompanied by cash, a certified check, or cashier's check drawn on a bank in good standing, or a bid bond issued by a Surety authorized to issue such bonds in the State where the Work is located, in the amount of 5 percent of the total amount of the Bid submitted. This bid security shall be given as a guarantee that the Bidder will not withdraw his Bid for a period of 90 days after bid opening, and that if awarded the Contract, the successful Bidder will execute the attached Contract and furnish properly executed Performance and Payment Bonds, each in the full amount of the Contract price within the time specified. The Attorney -in -Fact (Resident Agent) who executes this bond in behalf of the Surety must attach a notarized copy of his power -of -attorney as evidence of his authority to bind the Surety on the date of execution of the bond. All bid bonds and Contract bonds shall be executed by a LICENSED AGENT of the Surety as licensed by the Arkansas Insurance Commissioner and in all ways complying with the laws of the State of Arkansas. The mere countersigning of a bond will not be sufficient. If the Bidder elects to furnish a Bid Bond, he shall use the Bid Bond form bound herewith, or one conforming substantially thereto in form and content. FY042150 Canterbury Road Tank Section 001004 S E 17. RETURN OF BID SECURITY Within 15 days after the award of the Contract, the Owner will return the bid securities to all Bidders whose Bids are not to be further considered in awarding the Contract. Retained bid securities will be held until the Contract has been finally executed, after which all bid securities, other than Bidders' bonds and any guarantees which have been forfeited, will be returned to the respective Bidders whose Bids they accompanied. 18. AWARD OF CONTRACT Within 90 calendar days after the opening of Bids, unless otherwise stated in the ADVERTISEMENT FOR BIDS or SUPPLEMENTARY CONDITIONS of these Documents, the Owner will accept one of the Bids or will act in accordance with BASIS OF AWARD, below. The acceptance of the Bid will be by written notice of award, mailed or delivered to the office designated on the Bid Form. In the event of failure of the lowest responsible and responsive qualified Bidder to sign and return the Contract with acceptable Performance and Payment Bonds, as prescribed herein, the Owner may award the Contract to the next lowest responsible and responsive qualified Bidder. Such award, if made, will be made within 90 days after the opening of Bids. 19. BASIS OF AWARD If, at the time this Contract is to be awarded, the Total Base Bid of the lowest acceptable Bid exceeds the funds then estimated by the Owner as available, the Owner may reject all bids or take such other action as best serves the Owner's interests. 20. EXECUTION OF CONTRACT The successful Bidder shall, within 15 consecutive days after receiving notice of award, sign and deliver to the Owner the Contract hereto attached together with the acceptable bonds as required in these Documents. Within 15 consecutive days after receiving the signed Contract with acceptable bonds from the successful Bidder, the Owner's authorized agent will sign the Contract. Signature by both parties constitutes execution of the Contract. The successful bidder shall conform to the Rules and Regulations of Arkansas Department of Finance and Administration concerning nonresident contractor's notice and bond requirements. 21. PERFORMANCE AND PAYMENT BONDS, MAINTENANCE BOND The successful Bidder shall file with the Owner a Performance Bond and Payment Bond on the form bound herewith, each in the full amount of the Contract Price in accordance with the requirements of the State of Arkansas as applicable, as security for the faithful performance of the Contract and the payment of all persons supplying labor and materials for the construction of the Work, and to cover all guarantees against defective workmanship or materials, or both, for a period of two years after the date of final acceptance of the Work by the Owner. FY042150 Canterbury Road Tank Section 00100-5 The Surety furnishing this bond shall have a sound financial standing and a record of service satisfactory to the Owner, shall be authorized to do business in the State of Arkansas, and shall be listed on the current U. S. Department of Treasury Circular Number 570, or amendments thereto in the Federal Register, of acceptable Sureties for Federal projects. If the Surety on any Bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the project is located or it ceases to meet the requirements of the preceding paragraph, Contractor shall within five days thereafter substitute another Bond and Surety, both of which must be acceptable to Owner. The Attorney -in -Fact (Resident Agent) who executes this Performance Bond and Payment Bond in behalf of the Surety must attach a notarized copy of his power -of -attorney as evidence of his authority to bind the Surety on the date of execution of the bond. All Contracts, Performance and Payment Bonds, and respective powers -of -attorney will have the same date. The successful Bidder shall file with the Owner a two year Maintenance Bond on the form bound herewith, in the full amount of the Contract Price. 22. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND The Bidder who has a Contract awarded to him and who fails to properly execute the Contract and furnish the Performance Bond and Payment Bond, within the time frame stipulated elsewhere in these documents, shall forfeit the bid security that accompanied his bid, and the bid security shall be retained as liquidated damages by the Owner, and it is agreed that this sum is a fair estimate of the amount of damages the Owner will sustain in case the Bidder fails to enter into a Contract and furnish the bond as hereinbefore provided. Bid security deposited in the form of cash, a certified check, or cashier's check shall be subject to the same requirements as a Bid Bond. 23. PERFORMANCE OF WORK BY CONTRACTOR The Contractor shall perform on the site and with his own organization, work equivalent to at least seventy percent of the total amount of the work to be performed under this Contract. If, during the progress of the Work hereunder, the Contractor requests a reduction of such percentage, and the Engineer determines that it would be to the Owner's advantage, the percentage of the work required to be performed by the Contractor's own organization may be reduced, PROVIDED prior written approval of such reduction is obtained by the Contractor from the Engineer. Each bidder must furnish with his bid a list of the items that he will perform with his own forces and the estimated total cost of these items. FY042150 Canterbury Road Tank Section 00100-6 L� 24. TIME OF COMPLETION The time of completion of the Work to be performed under this Contract is of the essence of the Contract. Delays and extensions of time may be allowed in accordance with the provisions stated in Document 00700 - GENERAL CONDITIONS. The time allowed for the completion of the Work is stated in Document 00500 - Contract. 25. PROVIDING REQUIRED INSURANCE The Bidder's attention is directed to the insurance requirements set forth in the General Conditions (amended in the Supplementary Conditions, if appropriate). Submittal of a bid indicates full understanding and intent to comply with the insurance requirements which are a condition of the contract. END OF SECTION FY042150 Canterbury Road Tank Section 00100-7 rJ C1 DOCUMENT 00200 INFORMATION AVAILABLE TO BIDDERS PART 1. GENERAL 1.01 SECTION INCLUDES A. Arkansas Prevailing Wage Determination Number 09-279. B. FAA "Determination of No Hazard to Air Navigation". C. Geotechnical Investigation PART 2. PRODUCTS A. Not Used. PART 3. EXECUTION A. Not Used. END OF SECTION FY042150 Canterbury Road Tank Section 00200 - 1 MIKE BEEBE STATE OF ARKANSAS JAMES SALKELD GOVERNOR I DIRECTOR ARKANSAS DEPARTMENT OF LABOR O PREVAILING WAGE DMSION 10421 WEST MARKHAM • LITTLE ROCK, AR 72205-2190 Phone: 501-682-4536 Fax: 501-682-4508 TRS: 800-285-1131 January 28, 2010 Robert White PE McClelland Consulting Engineers Inc PO Box 1229 Fayetteville, AR 72702 Re: CANTERBURY ROAD WATER TANK FAYETTEVILLE, ARKANSAS WASHINGTON COUNTY Dear Mr. White: In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 09-279 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 email or fax a copy of the notice to my office. If you have any questions, please call me at (501) 682-4536 or fax (501) 682-4508. Sincerely, Jill Stacy Prevailing Wage Division Enclosures n Arkansas Department of Labor Determination #: 09-279 Prevailing Wage Determination Expiration Date: 07/28/2010 HEAVY RATES Survey#: 709-AH05 Date: 01/28/2010 Project: Canterbury Road Water Tank Site: City: Fayetteville, Arkansas Project County: Washington CLASSIFICATION Basic Hourly Rate Fringe Benefits Bricklayer/Pointer, Cleaner, Caulker $11.45 $1.92 Carpenter $14.05 $1.75 Concrete Finisher/Cement Mason $11.45 $1.92 Electrician/Alarm Installer $21.30 $7.81 Ironworker (Including Reinforcing Work) $16.30 Laborer $11.45 $1.92 Pipelayer $11.80 $2.61 Truck Driver $14.10 $2.61 Asphalt Paving Machine $11.45 $1.92 Backhoe - Rubber Tired (1 yard or less) $13.65 $1.88 Bulldozer, finish $14.60 Bulldozer, rough $11.45 $1.92 Crane, Derrick, Dragline, Shovel & Backhoe, 1.5 yards or less $14.90 Distributor $11.45 $1.92 Front End Loader, finish $13.70 Front End Loader, rough $11.45 $1.92 Mechanic $14.70 Motor Patrol, finish $11.45 $1.92 Roller $11.45 $1.92 Scraper, finish $11.45 $1.92 Scraper, rough $11.45 $1.92 Trackhoe $15.85 $2.61 Welders -receive rate prescribed for craft performing operation to which welding is incidental. Certified 07/01/2009 Classifications that are required, but not listed above, must be requested in writing from the Arkansas Department of Labor, Prevailing Wage Division. Please call (501) 682-4536 for a request form. 01/28/2010 9:30 AM Page 1 of 1 • &&t2 G� 2/§ Z\ -> �o � B LU )%K\ �' F- §�k\ I\ /($ )§bk E\ #10 zE& 0 ® 2.tE[e a=ce C »>Q§ © §C§ asO/ E20� zue k §]// �)§ § /(vt{ Ocnc 22� 2 & { 7 E -J 7�/k LL 2 a. n j\jk H- o (832 z [ -\flj [may # k �k�0 \�\ 032\2 LU z z (V (U0 2 §�\ kq \k%/k f E�2 Sao In §§E m jR\ fj0 \ �75 §&§ ±� §�2 fed/\ O uo E§W to ii / 0 M # (}§ / ) ) °2 ®&�7] M a - &§§ § 2 - / \ .\ CD < / ���C @ 7 E of y5Y ]o&G ) o I 2 »a eoe 0 Federal Aviation Administration Air Traffic Airspace Branch, ASW-520 2601 Meacham Blvd. Fort Worth, TX 76137-0520 Issued Date: 08/17/2009 Shannon Jones, PE City of Fayetteville, Arkansas 113 W. Mountain Fayetteville, AR 72701 Aeronautical Study No. 2009-ASW-3834-OE ** DETERMINATION OF NO HAZARD TO AIR NAVIGATION ** The Federal Aviation Administration has conducted an aeronautical study under the provisions of 49 U.S.C., Section 44718 and if applicable Title 14 of the Code of Federal Regulations, part 77, concerning: Structure: Water Tank Canterbury Water Tank Location: Fayetteville, AR Latitude: 36-04-35.80N NAD 83 Longitude: 94-07-06.80W Heights: 173 feet above ground level (AGL) 1840 feet above mean sea level (AMSL) This aeronautical study revealed that the structure does not exceed obstruction standards and would not be a hazard to air navigation provided the following condition(s), if any, is(are) met: Based on this evaluation, marking and lighting are not necessary for aviation safety. However, if marking and/or lighting are accomplished on a voluntary basis, we recommend it be installed and maintained in accordance with FAA Advisory circular 70/7460-1 K Change 2. This determination expires on 02/17/2011 unless: (a) extended, revised or terminated by the issuing office. (b) the construction is subject to the licensing authority of the Federal Communications Commission (FCC) and an application for a construction permit has been filed, as required by the FCC, within 6 months of the date of this determination. In such case, the determination expires on the date prescribed by the FCC for completion of construction, or the date the FCC denies the application. NOTE: REQUEST FOR EXTENSION OF THE EFFECTIVE PERIOD OF THIS DETERMINATION MUST BE POSTMARKED OR DELIVERED TO THIS OFFICE AT LEAST 15 DAYS PRIOR TO THE EXPIRATION DATE. This determination is based, in part, on the foregoing description which includes specific coordinates , heights, frequency(ies) and power. Any changes in coordinates , heights, and frequencies or use of greater power will void this determination. Any future construction or alteration , including increase to heights, power, or the addition of other transmitters, requires separate notice to the FAA. Page 1 of 2 This determination does include temporary construction equipment such as cranes, derricks, etc., which may be used during actual construction of the structure. However, this equipment shall not exceed the overall heights as indicated above. Equipment which has a height greater than the studied structure requires separate notice to the FAA. This determination concerns the effect of this structure on the safe and efficient use of navigable airspace by aircraft and does not relieve the sponsor of compliance responsibilities relating to any law, ordinance, or regulation of any Federal, State, or local government body. A copy of this determination will be forwarded to the Federal Communications Commission if the structure is subject to their licensing authority. If we can be of further assistance, please contact our office at (817) 838-1995. On any future correspondence concerning this matter, please refer to Aeronautical Study Number 2009-ASW-3834-OE. Signature Control No: 648236-117846664 Alice Yen Technician Page 2 of 2 (DNE) FINAL REVISED GEOTECHNICAL INVESTIGATION NEW WATER TANK CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS for CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS ")ATE••oF %', January 2010 ?a� .e:' Project No. FY093809 =�; McCLELLAND ;Z' ENGINEERS, Inc. No. 24 /ySAS . EC1G �y1111111111 f\��"` Prepared By: ARK'S S 4 t i R GISTS D ' 41 • a. 32 a�t,�% III/'I 'NE 7J0 I0 McClelland Consulting Engineers, Inc. 1810 North College, P.O. Box 1229 Fayetteville, Arkansas 72702-1229 (479) 443-2377, Fax (479)-443-9241 FINAL REVISED GEOTECHNICAL INVESTIGATION CANTERBURY ROAD WATER TANK Fayetteville, Arkansas for City of Fayetteville Fayetteville, Arkansas EXECUTIVE SUMMARY This is a report of the findings of subsurface exploration for the proposed Canterbury Road Tank located in east Fayetteville, AR. This report includes foundation; retaining wall; grading and pavement design recommendations for the elevated tank, and drive access. The following is a summary of significant findings: • Impenetrable limestone rock was found in the two deep borings at a depth of 34 to 38ft. • The elevated water tank foundation should use drilled piers to the limestone formation. The allowable bearing capacity of the limestone formation is 20,000 psf. • The retaining walls should be designed for global stability using a phi angle of 5 degrees and a cohesion value of 750 psf. • The site requires up to ten feet of excavation and up to 18 feet of embankment. • Groundwater was not found in any of the borings, however water was used to drill Borings 3 and 4. • The recommended pavement section is a Type 11 or III Asphalt surface, Class 7 base and select embankment material. INTRODUCTION An investigation of subsurface soil conditions was conducted by McClelland Consulting Engineers, Inc., at the location of a proposed new water tank located west of Z:\09-GEOT\093809- Hyland Park\Final Canterbury Tank Geot Report.doc Canterbury Road in Fayetteville, Arkansas. The investigation was authorized by Mr. Robert White of the Fayetteville office of McClelland Consulting Engineers, Inc., to obtain subsurface soil conditions at the project site and to prepare recommendations for the design of the foundation system, site retaining walls and grading for the proposed water tank. The proposed water tank is to be about a 148 feet tall elevated water tank with a capacity of 500,000 gallons. The preliminary data was determined from the following three-phase program: A. An investigation of the subsurface conditions and visual soil classification by use of two 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 foundation recommendations. FIELD INVESTIGATION The soil conditions at the proposed site were investigated by seven (7) borings within the proposed tank site area, which were drilled to a depth from 10 feet to 50 feet. The locations of the borings 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 6 -'/2 -inch hollow -stem auger system. Soil samples were obtained at the depths indicated on the boring logs by the use of a 3 -inch Shelby Tube sampler for obtaining Z:\09-GEOT\093809- Hyland Park\Final Canterbury Tank Geot Report.doc 2 S undisturbed cohesive soil samples, and by the use of a 2 -inch split -spoon sampler for obtaining samples from cohesion -less or slightly cohesive soils. 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 an 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 borings were advanced into the shale, sandstone and limestone formations using a 3 -inch NX diamond core bit and core sampler. Continuous core samples of the shale formation were obtained using the 3 -inch diamond tipped NX double -tube core barrel sampler. The core interval, the percent recovery and percent Rock Quality Determination (ROD) are given on the boring logs. The field tests performed included visual soil classification and groundwater observations. The groundwater table was encountered at the time of drilling, however water was used as drilling fluid in borings 3 and 4. The depth to water is reported on the boring log and at the bottom of the boring log as the depth of water upon the completion of the borings. The two deep borings held water after water drilling for the coring process. LABORATORY TESTS Laboratory tests were performed on selected soil samples recovered from the borings. The laboratory tests are directed at determining the engineering properties of the soil strata. The tests performed included moisture content, dry unit weight, Atterberg Limits, unconfined compression and gradation analysis. Z:\09-GEOT\093809- Hyland Park\Final Canterbury Tank Geot Report.doc 3 The natural soil moisture content was determined for the selected soil samples to provide a moisture profile for the borings. Unit weight determinations were performed on suitable undisturbed soil samples and the dry unit weight is given on the logs. Atterberg (liquid and plastic) Limit tests were performed on selected samples to aid in the soil classification and to help evaluate the potential volume change characteristics of the 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 the maximum 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. Results of the laboratory tests are given on the boring logs and are also given in the Laboratory Testing Results, Plates 10 thru 12, at the end of this report. SITE GEOLOGY The project site is underlain with deposits of the Pennsylvanian Age Bloyd and Hale Formations and the Mississippian Age Pitkin and Fayetteville Formations. The Hale formation in the Fayetteville area consists of two members, the younger Prairie Grove, Z:\09-GEOT\093809- Hyland Park\Final Canterbury Tank Geot Report.doc 4 a massive and cross -bedded sandstone member, and the Cane Hill dark gray shale member. The Pitkin Limestone formation was present at the site and is a dark gray limestone with some thin shale interbedding. The Fayetteville Shale formation was not encountered by the borings and is below the Hale formation. GENERAL SOIL CONDITIONS The project site is located about two hundred feet west of Canterbury Road in east Fayetteville, Arkansas. The topography of the site indicates an existing slope across the site of about five (5) to eight (8) percent or less from the east to the west. The surface soils did not support the truck -mounted drilling equipment due to recent heavy rains. Site access was assisted by the use of a backhoe to maneuver the drill rig over the slick grass and soft topsoil. The site maneuverability will probably be difficult during wet periods of the year until the site grading is stabilized. The borings encountered a surface stratum of topsoil to a depth of six (6) inches. The borings encountered an underlying stratum of dense to very dense reddish brown clayey silty sand with gravel to a depth of ten (10) to twelve (12) feet. The borings encountered an underlying stratum of soft weathered sandstone to a depth of about twenty five (25) feet. The deep borings at the tank location encountered underlying sandstone, shale and limestone formations to the terminal depth of fifty (50) feet. Z:t09-GEOT\093809- Hyland Park\Final Canterbury Tank Geot Report.doc 5 ANALYSIS AND RECOMMENDATIONS The tank foundation should be sized to limit the maximum stresses imposed on the foundation strata to values not exceeding the allowable bearing pressures as determined from the shear strength properties of the bearing strata. Second, foundations should be designed to limit the maximum anticipated total and differential settlement to magnitudes that will neither damage nor impair the use of the facility. In addition, the foundation system must also be designed to resist the anticipated lateral or overturning forces during the most critical loading conditions including earthquake loadings. These factors, as well as construction considerations related to the existing soil and ground conditions, were influential in preparation of the recommendations presented hereinafter. Elevated Tank The proposed elevated water tank is to be about 148 feet tall and is to have a capacity of 500,000 gallons. The foundation system recommended for the proposed water tank is a drill pier supported footing system founded a minimum of one (1) foot into the hard gray limestone formation at approximately 34 to 38 feet. The safe allowable bearing capacity for the limestone formation is 20,000 pounds per square foot (psf). Settlement for the drilled pier supported footings is the range of one half (1/2) inch may be expected for the tank under full loading over a period of time. The allowable bearing pressure for the spread footing foundations should provide a minimum factor of safety of three (3) with respect to the measured and estimated strength properties of the bearing strata. Z:\09-GEOT\093809- Hyland Park\Final Canterbury Tank Geot Report.doc 6 An alternate foundation system for the proposed water tank structure is a spread footing foundation system founded at an elevation of 1650.0 about 15 to 18 feet below the existing ground elevation in the brown weathered sandstone formation. The safe allowable bearing pressure for the spread footings is 5,500 pounds per square foot The allowable bearing pressure provides a minimum factor of safety of 3.0 with respect to the measured strength properties of the weathered sandstone formation. The soil profile at this project site is a Type S2 soil as related to the Earthquake Design according to Section 1607.3.1 of the Standard Building Code or Site Class C according to Section 1615.1.1 of the 2000 International Building Code. The drilled piers or footings should be thoroughly cleaned of all loose material after excavation and before concrete placement. All water in the excavation, if any, should be removed immediately prior to concrete placement. The drilled piers are recommended to be probed to a minimum depth of twice the width of the pier or footing. A minimum of fifty (50) percent of the piers and footings are recommended to be probed. The drilled piers and footings should be observed by the Geotechnical Engineer, or his representative, to ensure that adequate penetration into the bearing stratum has been achieved and to evaluate the condition and bearing capacity of the bearing stratum. The retaining structures are required to support the excavated area to the east and south and to support the fill material on the north and west sides of the site. These walls are recommended to be Mechanically Stabilized Earth retaining wall systems. The MSE walls should have a base of at least one foot of granular stone material a behind the Z:\09-GEOT\093809- Hyland ParkFPinal Canterbury Tank Geot Report.doc 7 wall drainage system and be designed to support the earth and traffic loads to be retained. The global stability for the backfill and the MSE wall has been completed and the plans indicate the required Class 7 crushed stone support material for the MSE retaining wall supporting the embankment fill material. The recommended minimum factor of safety against sliding and overturning including earthquake is 1.5. Test results the native clay have a phi (4i) angle of 6 degrees and a cohesion (c) value of 850 psf. Site Grading The site excavation should include the removal of all topsoil under any roadway or parking areas. Subgrade soil material, where used, should be compacted to a minimum density of 100% as determined by the Standard Proctor Tests, ASTM D 698, at optimum moisture before placement of fill material, slab or pavement materials. The site embankment materials, as required, may utilize the onsite excavation material, provided that adequate moisture content can be maintained or may utilize an off -site locally available material having a Plastic Index of 25 or less and Classified as a GC, GM, or a GW material. The embankment material should be compacted in place in maximum eight (8) inch loose lifts compacted to a minimum density of 100% of the maximum density as determined by the Standard Proctor Test, ASTM D 698, at optimum moisture content. The embankment should be controlled using frequent moisture -density tests for each compacted lift using a minimum of one test per 5,000 square feet to a maximum of one Z:\09-GEOT\093809- Hyland Park\Final Canterbury Tank Geot Report.doc 8 test per 2,500 square feet. Also on -site construction monitoring is recommended for the site work. The borrow areas within the basin should also be kept properly drained and sealed during the construction process to allow the removal of borrow material at a moisture content near the optimum moisture. All trenching and excavation should be conducted in accordance with Arkansas State Law and OSHA guidelines and requirements. The final site should be graded to provide positive surface drainage with a minimum of one (1) percent recommended for the pavement, if any, and a minimum of two (2) percent recommended for grass surfaces. Quality Control testing of the earthwork operations, concrete, and other phases should be utilized during construction to assure the Engineer and Owner that the items required by the specification are complied with. Pavement Design The pavement required for the access drive and to the Canterbury Tank Site and around the tank site for truck access should consist of, as a minimum, 12 -inches of select embankment material, 8 -inches of Class 7 aggregate base course and 4 -inches of Type II or III ACHM surface course. Z:W9-GEOTt093809- Hyland Park\Final Canterbury Tank Geot Report.doc 9 LIMITATIONS AND RESERVED RIGHTS The recommendations and conclusions made in this report 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 as 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, McCLEI%][�LLLAND CONSULTING ENGINEERS, INC. CC/I Y J is K. Foreman, P.E. jTekTE Op rr Enclosures: Boring Logs Testing Resu .OFESSIONAL ENGINEER, t 9 i No. 4532 at f or F'1?NE N E4 1-212 Z:\09-GEOT\093809- Hyland Park\Final Canterbury Tank Geot Report.doc 10 BORING LOGS 11/ / , / / ,/ , , ,` l CF )RI/ , / i In 11 / ' / l l I/ 1 / l i IRETPMIN,G // I'I / /'�/ /� !/ �� /� /��� / / ! / // / I /VA�LS/ i / ! l / / /I 'INLET / /I / / ' / / / / / / / / / / / /r HEAD'/L r / // / fTr! �' ,P/L/ l ' ` /- /P/L / // / / _J!_ P/L I I ' / r I i l ! / / 1 ' : i / i / / / // / 'RAIN' TY% i y l b9 I �rWING,' / / �1 /�//// / '\ / 1/ / / / 2 / / I t s/ /�/ � \,// 1� / /7 v / / / /1 / / I 1 r / / , / ! ', N / � 1 / / N // // / It / / 1 / / / / / � / �� % A: / // QQ ; ///I I/ B -V rN• I I r1 / r r / / '\(/;/ / /� /)\ /�� / I' / l / i i ' / It / 15 RADA I ,/\///!/// 1 1 ,TAJ&; �_ �`� / ///, /// / /2/f , //I / / /25' RADA / .fir TI / l /\ / I L/' % / i / /.' // / / / B-2 / / r /� iii/j i/!//�/; /P /' 1.� // I,ei1 i ! ( / i I/q� l� �, I ; / q i / I ,B3 /A / / / ., ' ! //\ / r , ' l / / 'II ni // . / �/' /r �� / ( /� / / �' // / / B-7 i // rl 7 i // by0/ / / / / ' 'i7/ / '/7 / : / ji / I ,n1 c C413A E."w/' / I/ / / / / / // c��5 S / b i ' S\Lh' 'I / / /" / / O ' i ! a B-1' XY'II tltC / / i �- 1 7 / / / r _/i ��-'' / p/ S 7/ /_�T T / 1 / / _ / 1/ /// .� / l /7L// /P/'--'— / /L / / P/L ' P(L: n 'urvP L�/, W'• > _ice" / - % / / /i ^ /� / ^ I G H / y06r/Su w DIN ALLEN �':WS // ^ / n,, /n /^ / ^/ In IP m itu �15av"1 1� I r � I/ -V / ' I / JI II• �I I \� / // / / / y )/,7 / 6'G L � / / I / 1' = TrvIN tt� I.aa.5F / P/L— �P/!"'. •• ^ • •� 'sc_t_ _ P%L— — — P/L— / uE� i / III [ P6W sa i BORING BORING PLAN B-2 McCLELLAND CANTERBURY ROAD LOCATION ��� 30' 15' 0 30' CONSULTING WATER TANK DESIGNED TO SERVE!ENGINEERS, INC. FAYETTEVILLE, ARKANSAS APPROVED DRAWN BY DATE PLATE NO. R.W.J. J.K.F. NOV. 2009 I. SCALE JOB. NO. FIELD BOOK SCALE: 1"= 30 =xx' fl0939as - LOG OF BORING NO. B- 1 PROJECT OWNER: City of Fayetteville PROJECT NO.: FYO938O9 DESCRIPTION: Canterbury Road Water Tank DATE DRILLED: October 19, 2009 LOCATION: Fayetteville, Arkansas PROJECT ENGINEER: R. Wayne Jones, P.E. DRILLING METHOD: 5-1/2" Continuous Auger BORING LOCATION: See Plate 1 O �+ V LL r. u c O c a Description of Material e c U) F C Z LL rn a (Color, Type, Moisture, — c a w and Consistency) H a M C� d v c d 'm E o o y o W G W U) m U) 7 2 _i 0- a a. J iL G OT 1676.4 ..... _ .. ._... 1 42 CL Very Dense Brown Silty Clay with 10.7 Gravel 2 13 SM Dense Reddish Brown Clayey Silty 23.5 0 0 16.0 3--1673.4 -' Sand with Gravel 31 12 V jj':1j}i 1 112.61 1 1 159.9 10.13 4 50/3" [ASP Very Dense Brown and Gray Clayey 8.2 I I 116-2 Sand and Gravel Hard Brown Sandsone 5150/0" 9+1667.4 6I 50/0^ Hard Gray Limestone 12 Dark Gray Shale 15t1661.41 7150/0" it OF BORING Completion Depth: 18.0 feet Depth to Water: Dry Logged By: B. Theriault Fayetteville, Arkansas MCCLELLAND Little KOCK, ArKansas mCECONSULTING tm� ENGINEERS, INC. PLATE 2 0 ! LOG OF BORING NO. B- 2 PROJECT OWNER: City of Fayetteville PROJECT NO.: FY093809 DESCRIPTION: Canterbury Road Water Tank DATE DRILLED: October 21, 2009 LOCATION: Fayetteville, Arkansas PROJECT ENGINEER: R. Wayne Jones, P.E. nRI1 I INfl MFTWnn• S_lni, rnntn„n„e A ,OS BORING LOCATION: See Plate 1 C r x C C) r O U U) a d lL O) m c c m Description of Material e E 1. Ii c z I° I T (Color, Type, Moisture, L a y N and Consistency) w v Y w CI In — U 4 m W o a •° d N O •0 CO o Q N !0 a it m Z` o W y m W J d a a J •u. O o T 167a Topsoil (6") II} 1 so/o" sP Very Dense Reddish Brown Clayey Silty Sand with Gravel 2 50/1" 3--1671 3 50/0" 6--1668 9--1665 12 1662 15 1659 18--1656 END OF Completion Depth: 5.0 feet Depth to Water: Dry Logged By: B. Theriault Fayetteville, Arkansas MCCLELLAND Little KOCK, ArKOnSdb mLECONSUUING ENGINEERS, INC. PLATE 3 LOG OF BORING NO. B- 3 PROJECT OWNER: City of Fayetteville PROJECT NO.: FY093809 DESCRIPTION: Canterbury Road Water Tank DATE DRILLED: November 4, 2009 LOCATION: Fayetteville, Arkansas PROJECT ENGINEER: R. Wayne Jones, P.E. DRILLING METHOD: 6-1/2" Hollow -Stem Auger & 3" NX Core Bit BORING LOCATION: See Plate 1 C. x N V j N Ov m .; y a c c c o Description of Material E E F F. ti c z Li d T (Color, Type, Moisture, •— c a and Consistency) C7 O o ao, m a CD N a O •O U) a Q A R N A d Z' C3 W UI La U) 2 J a 0. LL .1 LL 0 0--1668.8 1 13 OH TO Soil (6") 18.2 2 23 SC Dense Reddish Brown Clayey Silty 16.9 82.2 0.41 102.9 3 25 Sand with Gravel 20.3 35 22 13 28.8 ri 4 39 C Very Dense Clayey Silty Sand with 12.7 77.7 0.5 108.1 0 I 5 5019" SNI Gravel 13.5 $ 9.5 1659.3 o 6 50/5" 13.5 i SCn- Soft Slightly Weathered Brown Sandstone with Gravel 7 50/0 C" m a 19 1649.8 8 50/0" Weathered Dark Gray Shale 30 16 14 2.9 9 3" Roller Rock Cone Drilled from 25' to 35' 8.5 1640.3 V 10 0 _ ° 11 224 Hard Light Gray and Brown tsf 2 38 1630.8 Sandstone100%Recovery `0 .... 13%RQD Hard Gray Limestone with thin Dark Gray Shale seams a 13.. Soft Brown Sandstone 422 Hard Gray Limestone with thin Dark tsf 7.5--1621.3 1621.3 Gray Shale seams 324 95%Recovery tsf 25%RQD Hard Light Gray and Brown Sandstone 100%Recovery 45%RQD 57--1611.8 Hard Interbedded Gray Limestone and Dark Gray Shale END OF BORING Completion Depth: 50.0 feet Depth to Water: Dry Logged By: B. Theriault Fayetteville, Arkansas MCCLELLAND Little Rock, Arkansas mCECONSULTING ENGINEERS, INC. PLATE 4 LOG OF BORING NO. B- 4 PROJECT OWNER: City of Fayetteville PROJECT NO.: FY093809 DESCRIPTION: Canterbury Road Water Tank DATE DRILLED: November 10, 2009 LOCATION: Fayetteville, Arkansas PROJECT ENGINEER: R. Wayne Jones, P.E. DRILLING METHOD: 6-1/2" Hollow -Stem Auer & 3" NX Core Sit BORING LOCATION: See Plate 1 w x O 4> N LL m o c o e d Description of Material a ai y tL c Z li rn>4 (Color, Type, Moisture, -JF c a ; and Consistency) c c o rn rn o a d d EO ' 0 w U UJ O or m m N M r C3 W U) m U) 7 2 J a DO. J LL O 0 1664.2 1 50/0" CL TO soil 6 2 20 Very Dense Reddish Brown and 22.8 47 24 23 52.3 3 30 Brown Sandy Silty Clay with some 13.2 86.9 0.61 110.7 Gravel °J 4 50 14.8 9 1655.2 5 46 19.9 37 20 17 71.2 0.71 106.5 6 so/5° Soft Slightly Weathered Sandstone 13.5 31 22 9 26.2 with Soft Dark Gray Shale o 7 50/0" .. 18 1646.2 -' I..- 8 50/0" """"' o .. 9 Hard Gray Limestone with thin Black 'O 27--1637.2 Shale seams 100%Recovery 47%RQD 10 Hard Dark Gray Shale z 100 Gray 153 o a 47%RQD tsf Hard Reddish Brown Sandstone S 36 1626.2 11 Hard Gray Limestone with thin Black 655 Shale Seams tsf 0 100%Recovery c 80%RQD 12 48%Recovery 16%RQD o Hard Broken Brown Sandstone 320 tsf 45 --1619.2 13 Hard Light Gray Limestone with thin 3sa ` Black Shale Seams tsr t 100%Recovery 48%RQD END OF BORING 54 1610.2 Completion Depth: 50.0 feet Depth to Water: Dry Logged By: B. Theriault Fayetteville, Arkansas MCCLELLAND Little Rock, Arkansas mCECONSULTING L7'� ENGINEERS, INC. PLATE 5 LOG OF BORING NO. B- 5 PROJECT OWNER: City of Fayetteville PROJECT NO.: FY093809 DESCRIPTION: Canterbury Road Water Tank DATE DRILLED: October 21, 2009 LOCATION: Fayetteville, Arkansas PROJECT ENGINEER: R. Wayne Jones, P.E. DRILLING METHOD: 5-1/2" Continuous Auger BORING LOCATION: See Plate 1 x 9 d c a m Description of Material a E I Ii c z o°. d rL (Color, Type, Moisture, Zi ~ 2 t e. H J UI and Consistency) .3 v_ JO p o v LJ W U) co U) = 2 J a a 1 J LL C] 0---16517 -• Topsoil(6 ) 1 19 'y SW Dense Reddish Brown Clayey Silty 8.8 : Sand with Gravel 2 23 8.6 13.2 a d 3 1648.7 fF itt' 3 50/0' � ' o C a $ 6 1645.7 4 50/0" — s�. iLw 2 u I:' "ii g 5 50/0' ?:; y'. C p:Sri o 9 1642.7 6 50/0" END OF BORING a S 12--1639.7 C a m C I € 15--1636.7 S WI 16 1633.7 Completion Depth: 10.0 feet Depth to Water: Dry Logged By: B. Theriault Fayetteville, Arkansas MCCLELLAND Little Rock, Arkansas IMEECONSULTING ENGINEERS, INC PLATE 6 • LOG OF BORING NO. B- 6 PROJECT OWNER: City of Fayetteville PROJECT NO.: FY093809 DESCRIPTION: Canterbury Road Water Tank DATE DRILLED: November 3, 2009 LOCATION: Fayetteville, Arkansas PROJECT ENGINEER: R. Wayne Jones, P.E. DRILLING METHOD: 5-112" Continuous Auer BORING LOCATION: See Plate 1 F x I.-- V 4' 4) . .-. LL a c c d Description of Material — a = .. E v c uu, .-- d U. C c rn a (Color, Type, Moisture, — Zi Z F — c m LQ A J N and Consistency) r g M O o L a 3 w z N N G a > C, 4f E A _ 0 v y 0 IS M A w .0 d C] iiiVl _O m uJ 7 J a a a. J u0 0--1647.6 Topsoil 6" 1 11 15.2 Dense Reddish Brown and Tan Clayey Silty Sand with Gravel 2 18`:.'' 10.1 34 20 14 14.1 3__14.e Siyl' 3 14 CL 24.6 77.1 0.26 103.7 Very Stiff Reddish Brown and Gray Silty Sandy Clay with Gravel 6 1641.6 4 15 13.0 40 19 21 61.3 5 18 19.2 86.6 0.68 105.7 9 1638.6 i 6 50/0" END OF BORING s 12--1635.6 i a 15--1632.6 a 18--1629.6 Completion Depth: 10.0 feet Depth to Water: Dry Logged By: B. Theriault Fayetteville, Arkansas `ww McCLELLAND m4EC0NSULTING ttr>t»� ENGINEERS, INC Little Rock, Arkansas PLATE 7 LOG OF BORING NO. B- 7 PROJECT OWNER: City of Fayetteville PROJECT NO.: FY093809 DESCRIPTION: Canterbury Road Water Tank DATE DRILLED: LOCATION: Fayetteville, Arkansas PROJECT ENGINEER: R. Wayne Jones, P.E. DRILLING METHOD: 5-1/2" continuous Auger BORING LOCATION: See Plate 1 C) m LL Q) U. CO « LL c o c d Description of Material o E £ Ii z a° m T (Color, Type, Moisture, r c H N and Consistency) v_ O p 0 a > _O 'o N 0 Q m N N N d Z' C] W Co m co z J a 0. d .1 LL o 0 1654.7 To soil 6" 1 cun- sP- Dense Reddish Brown Clayey Silty 11.5 29 18 11 3.8 n n'. v�ja4f SM Sand with Gravel ;f4a}rr uw$I. 2 CL 8.4 62.4 0.54 122.9 O �r...e 3 1651.7 r�ra rti . 3 a SP- Gray and Tan Clayey Silty Sand with 11'9 ':.J€ $M " Gravel aiw.0 ursr S 6 1648.7 4 9.1 31 17 14 27.2 $ x n.mrs S nu1< 0 nFi tr 5 :t.:SW sw Grayish Brown Clayey Silty Sand with 11.9 37 21 16 32.4 9--1645.7 %; Gravel 0 is Tr: s END OF BORING O a _m 5 2 12--1642.7 C 0 C c 01 0 0 C OO € 15--1639.7 .2 C 2 18--1636.7 Completion Depth: 10.0 feet Depth to Water: Dry Logged By: Fayetteville, Arkansas MCCLELLAN0 Little Rock, Arkansas I1ICECONSULVNG ENGINEERS, INC. PLATE 8 C 0 SYMBOLS AND TERMS USED ON BORING LOGS Symbol Description Symbol Description Symbol Description Strata symbols y ; Granite Water table at second check ® High plasticity Limestone Soil Samplers clay ® Low plasticity Organics ® Bulk sample taken clay from 6 in. auger Gravel Sandstone Standard penetration test Silt ® Shale ❑ Undisturbed thin wall Topsoil Shelby tube ® Elastic silt m Rock core Misc. Symbols Poody graded sand Water table during drilling ® Fill 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 mCECONSULTINGD ENGINEERS, INC PLATE 9 C TESTING RESULTS I- -j U, w F 9 O m J Jo W N m c DO z UU W W OO 0 as 0 W O 0 r O O O O U"- N N a a O a O r O • r O 2O N N O O ND N Q• tO O r z (O N N U)'- Co (O O CV) 0w tyi O C aMD M z z LL No M V Up) O(O 7 N (/J O (O O) C O)U) O) CO Y Z z z p C') N- W W CJ O) N Q Ui O cth m z z (r o O) (Nn N- rn w w_ z w a M z_ N O 0 0 I- n x co Co UJ N N Q Q Q O U N a 0 a z J N (O a J N C) NU) co N N (� U) O N m (O O N N r g -+ UJ i0 M O O CD (O It) F-9' U) O r N O (�) (O O UJ O c) R a d r i+) f0 r C) CJ p O �O O i0 a U) O i0 O i0 d lL -� N ' CJ O i0 -� N R O' r r O (O (O CO Co r N N M M V C N N N > O > >. 0 U n U d C L d C C l0 C C C >i d C 0 U) C) 0 U J O o O U O° c o a° M m`>M m` mm`s F5 m m0 d N N (a U) y N— y b V N— > � L- O d T O O N N et d .- d wU d d w w C7 m m`(D t- mU (U O - w 3w 3:co0 fn it r N M R U)(O1- r NC') V U) O cor 0IO r N M r r r r co * r+ (') F O z w Q J a 00 OO r OO OO `° " Ci ui o v o a IOU) (NO) r n r C o O � ' O C z O N (C) N N N W •N cc r 0 Q )O 0p r (N r Q z J O Q o (o r O) • N w Q (O O) 0 U) N z z LL e o N r (O C) CO y Q N O) O) N V } z zz . o o )n a '4 40 0) 0) O) 0 (O w z w z v� - v O) C" z_ N U) J Lu O Z2V C U) a W Z Z u F )Z cn I- �Id N OI m LL N N JQ J a en en E w a 0 04 00) O) )O N (o N e N C) V W en pp N r r r 2 - - i0 O O i0 O IO O zo O Y N d fDm IDN�fn -' O mm va U) r f7 vlo l()r c OLL foN CIO fn rr bNCfOo') M V O IV CfO f00 m H m L V N O O) N N i (> W J C7 0 m 3 (l) 'O U) 0 0)m c oV33c I- m LL a m (7 cc >. E a v m m m J m N O w a`> m 30 m m c 0 V d m - O 2 y T T m e a. - m m m m V m m m m L>@> U a a L 2 0 U L c m m J m Z c •b (-i' c c N 01 Y m c iT c C7 VU� mmoo mI w w .. w m m(r O m O m 3 m 3 -3 - w OO . 0Th rN )C LL (O N00)� �N r r N M Ol0(D ac Q aao m# v 'a S • U) I- -j 7 U) f) I- 0 O a J 0)I 2° N O m 0) m Ow LLIta J U w O 7Uv Z I-gOOO ww OO F- 0. 0. Q aac N (O )O O O O r r M °• C) O N r (h CO V (V p• r cor O CND N (N �) z 0 C) N aD Q r O) r) co w 0 r N o 0O aG (D r O) (o r o r ri M (0 V z z LL yo ro r r C') v v fn O CO') ODD N N N w 7 ((OO > z -J- 0) n N- m 0i m i 0o z I" w w w z CO (�) N r CO z_ N o O O O 2 (vO co CC' (O Co N O N N N QQ Q Q Q Q (0 U N 7 LL r N r r r N d N J CO a N CO(� N v N 6 CO N (O . r O Ne (n O r m W •.... 0 r � N '- r- 2 a m co CO in N m (-rD i+) lO N C) o N d ' N Q (O (O O (V V tO W b r CD > T > C C m m . m a m O d U d d > Y t6 O m o ILL T -o 0 N - T - 3 0 - n c v > m m d _>- 5 U) - vJ >y m >. m 3 m c O Im 12 COQ C t a m L C H H m> C> > m 3 m 3 0 t m =0= N > m' V > 3> 3 T> d« T� N O Y O (0 O O y d m w cn m o w O m m O m O O O 3 fA it N CO )O (O N c)a LL') CO mu to r O z w J a DOCUMENT 00300 BID FORM LUMP SUM NOTE TO BIDDER: Please use BLACK ink for completing this Bid form. To: The City of Fayetteville. Arkansas Address: 113 West Mountain Fayetteville. AR 72701 Project Title: Fayetteville Canterbury Road 500,000 Gallon Elevated Water Storage Tank Engineer's Project No.: FY042150, Contract Section I Date: Tuesday, February 23, 2010 Bidder: CB&I Inc. Address: 3600 Mansell Road, Suite 230 Alpharetta, GA. 30022 Contact Person for.additional information on this Bid: Don Nason Telephone: 678 935 3652 Fax: 678 935 3659 I:U7�7�1�1�7:1 CB&I Arkansas Contractor's License No Q031300410 The Bidder hereby acknowledges that he has received Addenda Numbers: One, to these Specifications. (Bidder insert No. of each Addendum received.) FY042150 Canterbury Road Tank Section 00300-1 BIDDER'S DECLARATION AND UNDERSTANDING The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in this Bid are those named herein, that this Bid is, in all respects, fair and without fraud, that it is made without collusion with any official of the Owner, and that the Bid is made without any connection or collusion with any person submitting another Bid on this Contract. The Bidder further declares that he has carefully examined the Contract Documents for the construction of the project, that he has personally inspected the site, that he has satisfied himself as to the quantities involved, including materials and equipment, and conditions of work involved, including the fact that the description of the quantities of work and materials, as included herein, is brief and is intended only to indicate the. general nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents, and that this Bid is made according to the provisions and under the terms of the Contract Documents, which Documents are hereby made a part of this Bid. The Bidder further agrees that he has exercised his own judgement and has utilized all data which he believes pertinent from the Engineer, Owner, and other sources in arriving at his own conclusions. The Bidder states that he has experience in and is qualified to perform the work herein specified and, if he does not have craftsmen experienced and qualified in any phase of the work for which this Bid is offered, that he will subcontract the work under said phase to a contractor who does have the necessary experience and qualifications. CONTRACT EXECUTION AND BONDS The Bidder agrees that if this Bid is accepted, he will, within 15 days after notice of award, sign the Contract in the form annexed hereto, and will at that time, deliver to the Owner the Performance Bond and Payment Bond required herein, and will, to the extent of his Bid, furnish all machinery, tools, apparatus, and other means of construction and do the work and furnish all the materials necessary to complete all work as specified or indicated in the Contract Documents. CERTIFICATES OF INSURANCE PAYMENT BOND, AND PERFORMANCE BOND The Bidder further agrees to furnish the Owner, before executing the Contract, the certificates of insurance, Payment Bond, and Performance Bond as specified in these Documents. START OF CONSTRUCTION CONTRACT COMPLETION TIME, AND LIQUIDATED DAMAGES Start of Construction, Contract Completion Time, and Liquidated Damages are stated in Document 00500 Contract. FY042150 Canterbury Road Tank. Section 00300-2 • SALES AND USE TAXES • The Bidder agrees that all federal, state, and local sales and use taxes are included in the stated bid prices for the work. LUMP SUM BID The Bidder agrees to accept as full payment for the work proposed herein the amount computed under the provisions of the Contract Documents and based on the lump sum amount. The bidder agrees that the lump sum price represents a true measure of the labor and materials required to perform the work, including all allowances for overhead and profit for each type and unit of work called for in the Contract Documents. The amounts shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern. ALTERNATE TANK CONFIGURATIONS The City of Fayetteville is accepting bids for three alternate tank configurations, as illustrated in the Drawings and specified in Division 13. Bidders may bid on one, two, or all three tank configurations. Bids on unspecified tank configurations will not be considered by the City of Fayetteville. The City will consider the total project bid costs for the three tank configurations for all Bidders, as well as any anticipated difference in future maintenance costs and any input from the nearby property owners concerning aesthetic considerations. Based on these factors, the Fayetteville City Council will decide which alternate tank configuration to use, and the Contract Award will be made to the Bidder with the lowest total bid for the selected tank configuration. The three tank configurations for which Bids are requested are: 1. Spheroidal Elevated Tank 2. Fluted Column Elevated Tank Composite Elevated Tank The Bid Schedule is designed to obtain a tank bid subtotal for each of these three configurations and another subtotal for the site work that is common to all three tank configurations. Total bids will be obtained by adding the individual tank configuration subtotals to the site work subtotal. fl FY042150 Canterbury Road Tank Section 00300-3 DUS.14Ub.OtAp t1'Jtu AQ'ollars/LS Words LS Spheroidal Tank Structure, 500,000 V� callon �apac�t� ,, C ltv��V"iNIQ�(lw�i+S+F►� 'AAatiSM� 'TUtfa i) tk N i i 1 Dollars/LS Words LS Spheroidal Tank Painting (Cl) ($Q1 6 W t' r$�ADollars/LS Words Subtotal A, Spheroidal Tank Configuration $ O t5 4300O0 Vin. c •n I \ . V''- Gt?e'.. .ri, VA ♦} Wr,y .. `.: J•I (. isr1 • �+ � Y I TL i � , • r{•K�f�I1T1 �1 J' ���^� B-1. I LS Fluted Coluumn Tank Foundation ($ ($. NG G) 1O Dollars/LS Words B-2. 1 LS Fluted Column Tank Structure, 500,000 ($ ($ Gallon Capacity b C7 \P Dollars/LS Words B-3. I LS Fluted Column Tank Painting ($ ($ iS0L \p Dollars/LS Words Subtotal B, L1b Q 1 D Fluted Column Tank Configuration $ i� FY042150 Canterbury Road Tank Section 00300-4 1I C a i� Yr r�i.lv`x ♦ „V/�,'�/%r��j<��j<'��� vi� T♦(�lA)�Y 'a, n war �- �Tv'.'•'r J�.i'.V'..Sl.J3r♦f LiS�G i �5+ , .rc♦ ♦ Y- :. r {. • i, d p' t tr , !J i r 4 F't r :F..a..1: J 4 µ{� ' �l� I, -�Z ,i I/a .0 , T� t C i. •L.' *♦ f �' r\ -. ♦ { ♦ LU11'IPSUIVI rEM EST. QTY UNIT POE IONPRICE TOTAL C-1. 1 LS Composite Tank Foundation ($ ($ 14O 610 Dolars/LS Words C-2. 1 LS Composite Tank Structure, 500,000 ($ I.($ Gallon Capacity NO b %0 Dollars/LS Words C-3. I LS Composite Tank Painting ($ ($ ) OO 6' 0 Dollars/LS Words Subtotal C, Q Composite Tank Configuration $tU y 'to BID ITEMS COMMO♦N-TGIIL L'IRE`r?4T QON}ZGURATTONS. II• ( I UNIT DESCRIPTION I L1$11 TOTAL : �cR. QTY. 1. 1 LS Act 291, 1993 Trench & Excavation ($ Z. SOO ) ($ LFSOO ) Safety System Two +O J P Q3 O __________________Dollars/LS Words 2. 1 LS Erosion Control ($5 OOO ) ($ O00 j'"J <uootAfO Dollars/LS Words 3. 1 LS Audio / Video Tape Recordings (S coo ) ($ SOO ) CRa tIth VAZV Dollars/LS . Words — 4. 1 LS Site Photographs ($ SGO ) ($ fob ) Fl:%S iJu9t c' Dollars/LS Words FY042150 Canterbury Road Tank Section 00300-5 =a. 10. 11 LS Tank Site Grading, Grubbing and Earthwork -n,1ttn ca Tt4owbe.p Dollars/LS Words LS Access Drive Grading, Grubbing and Earthwork O•a T wowo Tli C % Dollars/LS Words LS Retaining Wall O._S I lveptS t%1Stfl wawa TmMS4%% koy Dollars/LS • Words LS. Site Fencing, Entrance Gate nweNp,t vu Lee T of iwO Saaw/` ep4tW Dollars/LS ' Words LS Drainage Structures and Drain Piping $GJ J 11uwtQweO Dollars/LS Words 1 LS Tank Inlet and Outlet Piping, Contract Section I Yard Pi m F'spwtn 61yk c•aQywA j 3C, U a- DPi►�io Dollars/LS Words 12. 1 LS Tank Inlet and Outlet Valve Vault and ($12,Ass ult Val es and FFtting_s T41OO W Dollars/LS. -- — -. Words 13. • 1 • LS Tank Site and Access Drive Paving ($14b, ___ ____ A Dollars/LS Words ($31i 8OO) ($t4.ZOO ) ($?,3700 FY042150 Canterbury Road Tank Section 00300-6 SUBCONTRACTORS The Bidder further certifies that proposals from the following subcontractors were used in the preparation of this Bid; and if awarded a contract, Bidder agrees to not enter into contracts with others for these divisions of the Work without written approval from the Owner and Engineer. EARTH WORK SUBCONTRACTOR Arkansas Contractor License # OOZ" 1 4.10410 Swisac-ssw C.e.) Sry,:teuDJ Name _ _ Street Address, City, State, Zip Code PAVING SUBCONTRACTOR (S tjg, 'To 5oeeV5St Arkansas Contractor License #OOO4t64O41O • TCMw-) G Name • 515' Sys.. uee s Q SQ0►"rt�A -ill Street Address, City, State, Zip Code RETAINING WALL SUBCONTRACTOR (S J5 tb SUJe5<S�L. . Arkansas Contractor License # O2oO19O31O VA,.J Asotae cc Street Address, City, State, Zip Code PAINTING SUBCONTRACTOR Arkansas Contractor License #C' \3#46C)40# viF Sa es ?t o y[.aJfr s Name 201 4c nfl ►C'fl SreI a Qs € fl 7'S"I 1 Street Address, City, State, Zip Code FY042150 Canterbury Road Tank Section 00300-8 ELECTRICAL SUBCONTRACTOR • Arkansas Contractor License #OO 119 40408 Z3me •110 Srseo taco Mtil 1Ja&co+.tcswv, MO &5b(o3 Street Address, City, State, Zip Code SUBCONTRACTOR Arkansas Contractor License # Name Street Address, City, State, Zip Code SUBCONTRACTOR Arkansas Contractor License # Name Street Address, City, State, Zip Code PERFORMANCE OF WORK BY CONTRACTOR The Bidder shall perform at least 70 percent of the work with his own forces (refer to Paragraph 23, INSTRUCTIONS TO BIDDERS. Bids from so called "Brokerage Contractors" will not be considered.) List below the items that the Bidder will perform with his own forces, if awarded this Contract, and fill in the blank showing the estimated total cost of these items. Design, procurement fabrication trucking and construction of the elevated • water storage tank. Estimated total cost of the above items the Bidder states that will be performed with his own forces, • if awarded Contract: ;.a tkcpw fl zzy, -i Thosbk•A Sig tiway?, 9 Dollars ($ 9 30 (COO. 00 U (Wo ds): . FY042150 Canterbury Road Tank Section 00300-9 EXPERIENCE OF BIDDER The Bidder states that he is an experienced Contractor and has completed similar projects within the last 5 years. (List similar projects, with types, names of clients, construction costs, and references with telephone numbers. Use additional sheets if necessary.) Sae Attached Experience and Brochures SURETY If the Bidder is awarded a constriction contract on this Bid, the Surety who provides the Performance and Payment Bond will be: Westchester Fire Insurance Company whose address is: 436 Walnut Street, Philadelphia, PA 19106 Street, City, State, Zip, Code . INSURANCE The Bidder acknowledges that he is familiar with the insurance requirements on this Project and, if awarded a construction contract, agrees to furnish the required insurance certificates within fifteen (15) days of the date the award is made. BIDDER The name of the Bidder submitting this Bid is: CB&I Inc. (a Texas corporation) doing business at: 3600 Mansell Road, Suite 230 Alpharetta, GA 30022. Street, City, State, Zip, Code which is the address to which all communications concerned with this Bid and with the Contract shall be sent. The names of the principal officers of the corporation submitting this Bid, or of the partnership, or of all persons interested in this Bid as principals are as follows: FY042150 Canterbury Road Tank Section 00300-10 If Sole Proprietor or Partnership IN WITNESS hereto the undersigned has set his (its) hand this day of , 2010. Signature of Bidder Title If Corporation . IN WITNESS WHEREOF the undersigned corporation has caused this instrument to be executed and its seal.affixed by its duly authorized officers this 23 day of February 2010. (SEAL) (See attached Certification of Resolution Attest and Authority) Assistant Secretary Ronald C. Geedman Section 00300-11 CERTIFICATION OF RESOLUTION AND AUTHORITY I, Ronald C. Geedman, do hereby certify that I am the duly -elected and acting Assistant Secretary of CB&I Inc. (a/k/a CB&I Constructors, Inc. or CB&I Constructors or CB&I Inc. of Texas), a Texas corporation, (the "Company") and that as such officer I am duly authorized to make this certificate in behalf of that Company. I further certify that by consent in lieu of a meeting dated March:6, 2001, as authorized by Texas law, the Board of Directors of said Company adopted the following resolution in accordance with the By-laws of said Company: RESOLVED, that the President, any Vice -President, the Treasurer, or any regional sales manager, contracting manager, regional construction manager, manufacturing manager, project manager or business development manager heretofore or hereafter appointed by the Company or any other sales representative as may from time to time be designated by any one of the President, any Vice -President or the Treasurer, is authorized to make bids, prepare quotations and submit and receive proposals for contracts; to negotiate and sign contracts and other agreements, bid bonds, performance bonds, and other related documents; and to otherwise bind and obligate the Company in the conduct of its normal business. I further certify that the foregoing resolution is in full force and effect and that Donald O. Nason is a duly designated and authorized Business Development Manager of the company. This certificate shall remain in full force and effect for ninety days from the date it bears, unless sooner revoked, but no such revocation shall be effective as to anyone dealing with any individual named in this certificate in reliance hereon unless written notice of such revocation has been received by the person so relying on this certificate. IN WITNESS WHEREOF, I have hereonto set my hand and the seal of CB&I Inc., this 23rd day of February ,20 10. Ronald C. Geedman, Assistant Secretary CB&I Inc. DOCUMENT 00350 BID BOND STATE OF ARKANSAS KNOW ALL MEN BY THESE PRESENTS, that we: CB&I Inc. Principal and Contractor;and Westchester Fire Insurance Company hereinafter called Surety, are held and firmly bound unto the City of Fayetteville, Arkansas and represented by its Mayor, hereinafter called Owner, in the sum of Five Percent of the Greatest Amount Bid--------------- DOLLARS ($5% G.A.B.*******) lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. WHEREAS, the Principal contemplates submitting or has submitted a bid to the Owner for the furnishing of all labor, materials (except those to be specifically furnished by the Owner), equipment, machinery, tools, apparatus, means oftransportation for, and the performance of the work covered in the Bid and the detailed Drawings and Specifications, entitled: Canterbury Road 500,000 Gallon Elevated Water Storage Tank WHEREAS, it was a condition precedent to the submission of said bid that a cashier's check, certified check, or bid bond in the amount of 5 percent of the base bid be submitted with said bid as a guarantee that the Bidder would, if awarded the Contract, enter into a written Contract with the Owner for the performance of said Contract within 15 consecutive calendar days after written notice having been given of the award of the Contract '(fl'tmr'pnri.'ra .hkj.1f1fl1. • , p .� . . r- • r- �'� r obligation �: r' . . . �- .- a .' :. •,. , u. Payable. .- • .' :i.herein :•a' . .. • . au .i it :r JIl- po II FY042150 Canterbury Road Tank Section 00350-1 • INWITNESS WHEREOF, the said CBI inc. , as Principal herein, has caused these presents to be signed in its name byits Business -Development Manager T and attested by its Assistant Secretary under its corporate seal, and the said Westchester Fire Insurance Company as Surety herein, has caused these presents to be signed in its name by its Attorney -in -Fact under its corporate seal, this 23rd day of February A.D., 2010. Signed, sealed and delivered in the presence of: (See Attached Certification of Resolution and Authority) As to Principal Ronald C. Geedman, Assistant Secretary Sure t/l lit Lisa A. Ward Witness AS to Surety CB&I Inc. Principal -Contractor Donald 0. Nason Business Development Manager Title Westchester Fire Insurance Company mo�) - •• _ FY042150 Canterbury Road Tank Section 00350-2 ® THE BACK OF THIS DOCUMENT LISTS VARIOUS SECURITY FEATURES ® THAT WILL PROTECT AGAINST COPY COUNTERFEIT AND ALTERATION. B CERTIFICATION OF RESOLUTION AND AUTHORITY I, Ronald C. Geedman, do hereby certify that I am the duly -elected and acting Assistant Secretary of CB&I Inc. (a/k/a CB&I Constructors, Inc. or CB&I Constructors or CB&I Inc. of Texas), a Texas corporation, (the "Company") and that as such officer I am duly authorized to make this certificate in behalf of that Company. I further certify that by consent in lieu of a meeting dated March 6, 2001, as authorized by Texas law, the Board of Directors of said Company adopted the following resolution in accordance with the By-laws of said Company: RESOLVED, that the President, any Vice -President, the Treasurer, or any regional sales manager, contracting manager, regional construction manager, manufacturing.. manager, project manager or business development manager heretofore or hereafter appointed by the Company or any other sales representative as may from time to time be designated by any one of the President, any Vice -President or the Treasurer, is authorized to make bids, prepare quotations and submit and receive proposals for contracts; to negotiate and sign contracts and other agreements, bid bonds, performance bonds, and other related documents; and to otherwise bind and obligate the Company in the conduct of its normal business. I further certify that the foregoing resolution is in full force and effect and that Donald O. Nason is a duly designated and authorized Business Development Manager of the Company. This certificate shall remain in full force and effect for ninety days from the date it bears, unless sooner revoked, but no such revocation shall be effective as to anyone dealing with any individual named in this certificate in reliance hereon unless written notice of such revocation has been received by the person so relying on this certificate. IN WITNESS WHEREOF, I have hereonto set my hand and the seal of CB&I Inc., this 23rd day of February ,2Q10 CB&I Inc. NOTICE OF AWARD To: PROJECT DESCRIPTION: Canterbury Road 500,000 Gallon Elevated Water Storage Tank, Fayetteville, Arkansas. The OWNER has considered the PROPOSAL submitted by you for the above described WORK in response to its ADVERTISEMENT FOR BIDS. You are hereby notified that your PROPOSAL has been accepted for the Canterbury Road 500,000 Gallon Elevated Water Storage Tank in Fayetteville, Arkansas in the amount of $ You are required by the INSTRUCTIONS TO BIDDERS to execute the CONSTRUCTION CONTRACT in its entirety and furnish the required PERFORMANCE AND PAYMENT BOND and certificates of insurance within fifteen (15) calendar days from the date of this NOTICE OF AWARD. If you fail to execute said Contract and to furnish said bonds within fifteen (15) days from the date of this NOTICE OF AWARD, said OWNER will be entitled to consider all your rights arising out of the OWNER'S acceptance of your PROPOSAL as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this _ day of ___________,2010. City of Fayetteville By: Title: Engineer Receipt acknowledged this _ day of , 2010. By: Title: FY042150 Canterbury Road Tank Section 00360 -1 PART II CONTRACT FORM DOCUMENT 00500 CONTRACT THIS AGREEMENT, made and entered into on the day of ' by and between CB&I, Inc., of Alpharetta. GA, herein called the Contractor, and the C ty of ayetteville, Arkansas, Owner: WITNESSETH: That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the City of Fayetteville as follows: 1. That the Contractor shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Drawings, Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled Canterbury Road 500,000 Gallon Elevated Water Storage Tank, dated October 2009. Advertisement for Bids Maintenance Bond Instructions to Bidders General Conditions Bid and acceptance thereof Supplemental Conditions Performance Bond Specifications Payment Bond Drawings (See Sheet Index below) SHEET INDEX SHEET NO. SHEET DESCRIPTION 1 Cover 2 Index, Site Plan and Legend 3 Elevated Water Storage Tank, Spheroidal Alternative 4 Elevated Water Storage Tank, Fluted Column Alternative 5 Elevated Water Storage Tank, Composite Alternative 6 Tank Access Road, Plan and Profile 7 Yard Drains at Tank, Plan and Profile 8 Water Main at Tank, Plan and Profile 9 Tank Inlet/Outlet Valve Vault 10 Long Retaining Wall, Plan and Profile 11 Access Drive Retaining Wall, Plan and Profile, Details 12 Fence Plan and Details 13 Tree Protection Plan 14 Miscellaneous Details, Water Details 15 Miscellaneous Details, Water Details 16 Erosion Control Plans 17 Erosion Control Details E-1 Spheroidal Alternative Electrical FY042150 Canterbury Road Tank Section 00500 - 1 0 E-2 Fluted Column Alternative Electrical E-3 Composite Alternative Electrical 2. That the City of Fayetteville hereby agrees to pay to the Contractor for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Bid, in lawful money of the United States, the amount of: One Million, Five Hundred Fifty -One Thousand Dollars ($1,551,000.00) 3. The Work will be completed and ready for final payment in accordance with the General Conditions within 390 calendar days after the date when the Contract Time commences to run, as provided in the Notice to Proceed. 4. Liquidated Damages: The City of Fayetteville and Contractor recognize that time is of the essence of this Agreement and the City of Fayetteville will suffer financial loss if the Work is not completed within the times specified in above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by the City of Fayetteville if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay the City of Fayetteville Seven Hundred Dollars ($700.00) for each day that expires after the time specified in Paragraph 3 for completion and readiness for final payment. 5. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall make partial payments to the Contractor on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by the Contractor, LESS the retainage provided in the General Conditions, which is to be withheld by the City of Fayetteville until all work within a particular part has been performed strictly in accordance with this Agreement and until such work has been accepted by the City of Fayetteville. 6. That upon submission by the Contractor of evidence satisfactory to the City of Fayetteville that all payrolls, material bills, and other costs incurred by the Contractor in connection with the construction of the work have been paid in full, final payment on account of this Agreement shall be made within 60 days after the completion by the Contractor of all work covered by this Agreement and the acceptance of such work by the City of Fayetteville. 7. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Surety Bond hereto attached for its faithful performance and payment, the City of Fayetteville shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any reason such bond ceases to be adequate to cover the performance of the work, the Contractor shall, at his expense, within 5 days after the receipt of notice from the City of Fayetteville, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the City of Fayetteville. In such event, no further payment to the Contractor shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the City of Fayetteville. FY042150 Canterbury Road Tank Section 00500 - 2 0 8. No additional work of extras shall be done unless the same shall be duly authorized by appropriate action by the City of Fayetteville in writing. 9. Freedom of Information Act. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If an Arkansas 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. § 25-10-101 et. Seq.) Only Legally authorized photycopying cost pursuant to the FOIA may be assessed for this compliance. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above written, in three (3) counterparts, each of which shall, without proof of accounting for the other counterpart be deemed original Contract. SEAL: WITNESSES: (See Attached Certification of Resolution & Authority) Ronald C. Geedman Assistant Secretary ATTEST: City Clerk• ,G\IY Op••G�' .gyp? ;FAYETiEVILLE' FY042150 Canterbury Road Tank ��• _�� Section 00500-3 CB&I Inc. CONTRACTOR Donald O. Nason Business Development CITY OF FAYETTEVILLE, ARKANSAS OWNER S CERTIFICATION OF RESOLUTION AND AUTHORITY I, Ronald C. Geedman, do hereby certify that I am the duly -elected and acting Assistant Secretary ofCB&I Inc. (a/Ida CB&I Constructors, Inc. or CB&l Constructors or CB&1 Inc. of Texas), a Texas corporation, (the "Company") and that as such officer I am duly authorized to make this certificate in behalf of that Company. I further certify that by consent in lieu of a meeting dated March 6, 2001, as authorized by Texas law, the Board of Directors of said Company adopted the following resolution in accordance with the By-laws of said Company: RESOLVED, that the President, any Vice -President, the Treasurer, or any regional sales manager, contracting manager, regional construction manager, manufacturing manager, project manager or business development manager heretofore or hereafter appointed by the Company or any other sales representative as may from time to time be designated by any one of the President, any Vice -President or the Treasurer, is authorized to make bids, prepare quotations and submit and receive proposals for contracts; to negotiate and sign contracts and other agreements, bid bonds, performance bonds, and other related documents; and to otherwise bind and obligate the Company in the conduct of its normal business. I further certify that the foregoing resolution is in full force and effect and that Donald O. Nason is a duly designated and authorized Business Development Manager of the Company. This certificate shall remain in full force and effect for ninety days from the date it bears, unless sooner revoked, but no such revocation shall be effective as to anyone dealing with any individual named in this certificate in reliance hereon unless written notice of such revocation has been received by the person so relying on this certificate. fr&LIN WIT SS WHEREOF, I have hereonto set my hand and the seal of CB&I Inc., this day of 20�. G/'�fll onald C. Geedman, Assistant Secretary CB&I Inc. 0 PERFORMANCE BOND [1 Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address) OWNER (Name and Address): City of Fayetteville 113 West Mountain Fayetteville, AR 72701 CONTRACT Effective Date of Agreement: Amount: Description (Name and Location) SURETY (Name, and Address of Principal Place of Business): Canterbury Road 500,000 Gallon Elevated Water Storage Tank BOND Bond Number: Date (Not earlier than Effective Date of Agreement): Amount: Modifications to this Bond Form: Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Performance Bond to be duly executed by an authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL Contractor's Name and Corporate Seal ie N Signature Print Name Title Attest: Signature Title SURETY (Seal) (Seal) Surety's Name and Corporate Seal By: Signature (Attach Power of Attorney) Print Name Title Attest: Signature Note: Provide execution by additional parties, such as joint venturers, if necessary. EJCDC C-610 Performance Bond Prepared by the Engineers Joint Contract Documents Committee. Page I of 3 FY042150 Canterbury Road Tank Section 00600-1-I Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner for the performance of the Contract, which is incorporated herein by reference. 1. If Contractor performs the Contract, Surety and Contractor have no obligation under this Bond, except to participate in conferences as provided in Paragraph 2.1. 2. If there is no Owner Default, Surety's obligation under this Bond shall arise after: 2.1 Owner has notified Contractor and Surety, at the addresses described in Paragraph 9 below, that Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with Contractor and Surety to be held not later than 15 days after receipt of such notice to discuss methods of performing the Contract. If Owner, Contractor, and Surety agree, Contractor shall be allowed a reasonable time to perform the Contract, but such an agreement shall not waive Owner's right, if any, subsequently to declare a Contractor Default; and 2.2 Owner has declared a Contractor Default and formally terminated Contractor's right to complete the Contract. Such Contractor Default shall not be declared earlier than 20 days after Contractor and Surety have received notice as provided in Paragraph 2.1; and 2.3 Owner has agreed to pay the Balance of the Contract Price to: I. Surety in accordance with the terms of the Contract; or 2. Another contractor selected pursuant to Paragraph 3.3 to perform the Contract. 3. When Owner has satisfied the conditions of Paragraph 2, Surety shall promptly, and at Surety's expense, take one of the following actions: 3.1 Arrange for Contractor, with consent of Owner, to perform and complete the Contract; or 3.2 Undertake to perform and complete the Contract itself, through its agents or through independent contractors; or 3.3 Obtain bids or negotiated proposals from qualified contractors acceptable to Owner for a contract for performance and completion of the Contract, arrange for a contract to be prepared for execution by Owner and contractor selected with Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Contract, and pay to Owner the amount of damages as described in Paragraph 5 in excess of the Balance of the Contract Price incurred by Owner resulting from Contractor Default; or 3.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable promptness under the circumstances: 1. After investigation, determine the amount for which it may be liable to Owner and, as soon as practicable after the amount is determined, tender payment therefor to Owner; or 2. Deny liability in whole or in part and notify Owner citing reasons therefor. 4. If Surety does not proceed as provided in Paragraph 3 with reasonable promptness, Surety shall be deemed to be in default on this Bond 15 days after receipt of an additional written notice from Owner to Surety demanding that Surety perform its obligations under this Bond, and Owner shall be entitled to enforce any remedy available to Owner. If Surety proceeds as provided in Paragraph 3.4, and Owner refuses the payment tendered or Surety has denied liability, in whole or in part, without further notice Owner shall be entitled to enforce any remedy available to Owner. 5. After Owner has terminated Contractor's right to complete the Contract, and if Surety elects to act under Paragraph 3.1, 3.2, or 3.3 above, then the responsibilities of Surety to Owner shall not be greater than those of Contractor under the Contract, and the responsibilities of Owner to Surety shall not be greater than those of Owner under the Contract. To the limit of the amount of this Bond, but subject to commitment by Owner of the Balance of the Contract Price to mitigation of costs and damages on the Contract, Surety is obligated without duplication for: EJCDC C-610 Performance Bond Prepared by the Engineers Joint Contract Documents Committee. Page 2 of 3 FY042150 Canterbury Road Tank Section 00600-I-2 I 5.1 The responsibilities of Contractor for correction of defective Work and completion of the Contract; 5.2 Additional legal, design professional, and delay costs resulting from Contractor's Default, and resulting from the actions of or failure to act of Surety under Paragraph 3; and 5.3 Liquidated damages, or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non-performance of Contractor. 6. Surety shall not be liable to Owner or others for obligations of Contractor that are unrelated to the Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than Owner or its heirs, executors, administrators, or successors. 7. Surety hereby waives notice of any change, including changes of time, to Contract or to related subcontracts, purchase orders, and other obligations. 8. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the Work or part of the Work is located, and shall be instituted within two years after Contractor Default or within two years after Contractor ceased working or within two years after Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 9. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the address shown on the signature page. 10. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 11. Definitions. 11.1 Balance of the Contract Price: The total amount payable by Owner to Contractor under the Contract after all proper adjustments have been made, including allowance to Contractor of any amounts received or to be received by Owner in settlement of insurance or other Claims for damages to which Contractor is entitled, reduced by all valid and proper payments made to or on behalf of Contractor under the Contract. 11.2 Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. 11.3 Contractor Default: Failure of Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Contract. 11.4 Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract or to perform and complete or otherwise comply with the other terms thereof. FOR INFORMATION ONLY — (Name, Address and Telephone) Surety Agency or Broker: Owner's Representative (Engineer or other party): EJCDC C-610 Performance Bond Prepared by the Engineers Joint Contract Documents Committee. Paee 3 of 3 Canterbury Road Tank Section 00600-1-3 L uia_iali Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): OWNER (Name and Address): City of Fayetteville 113 West Mountain Fayetteville, AR 72701 CONTRACT Effective Date of Agreement: Amount: Description (Name and Location): BOND Bond Number: SURETY (Name, and Address of Principal Place of Business): Canterbury Road 500,000 Gallon Elevated Water Storage Tank Date (Not earlier than Effective Date of Agreement): Amount: Modifications to this Bond Form: Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Payment Bond to be duly executed by an authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL Contractor's Name and Corporate Seal By: Signature Name (Seal) SURETY Surety's Name and Corporate Seal By: Signature (Attach Power of Attorney) Print Name Title Attest: Attest: Signature Signature Title Title Note: Provide execution by additional parties, such as joint venturers, if necessary. (Seal) {MW001504;1} EJCDC C -615(A) Payment Bond March 200E Prepared by the Engineers Joint Contract Documents Committee. Page 1 of 3 FY042150 Canterbury Road Tank Section 00600-2-1 1. Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner to pay for labor, materials, and equipment furnished by Claimants for use in the performance of the Contract, which is incorporated herein by reference. 2. With respect to Owner, this obligation shall be null and void if Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies, and holds harmless Owner from all claims, demands, liens, or suits alleging non-payment by Contractor by any person or entity who furnished labor, materials, or equipment for use in the performance of the Contract, provided Owner has promptly notified Contractor and Surety (at the addresses described in Paragraph 12) of any claims, demands, liens, or suits and tendered defense of such claims, demands, liens, or suits to Contractor and Surety, and provided there is no Owner Default. 3. With respect to Claimants, this obligation shall be null and void if Contractor promptly makes payment, directly or indirectly, for all sums due. 4. Surety shall have no obligation to Claimants under this Bond until: 4.I Claimants who are employed by or have a direct contract with Contractor have given notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with Contractor: I. Have furnished written notice to Contractor and sent a copy, or notice thereof, to Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials or equipment were furnished or supplied, or for whom the labor was done or performed; and 2. Have either received a rejection in whole or in part from Contractor, or not received within 30 days of furnishing the above notice any communication from Contractor by which Contractor had indicated the claim will be paid directly or indirectly; and 3. Not having been paid within the above 30 days, have sent a written notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to Contractor. 5. If a notice by a Claimant required by Paragraph 4 is provided by Owner to Contractor or to Surety, that is sufficient compliance. 6. Reserved. 7. Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by Surety. 8. Amounts owed by Owner to Contractor under the Contract shall be used for the performance of the Contract and to satisfy claims, if any, under any performance bond. By Contractor furnishing and Owner accepting this Bond, they agree that all funds earned by Contractor in the performance of the Contract are dedicated to satisfy obligations of Contractor and Surety under this Bond, subject to Owner's priority to use the funds for the completion of the Work. 9. Surety shall not be liable to Owner, Claimants, or others for obligations of Contractor that are unrelated to the Contract. Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. {MW001504;t) EJCDC C -615(A) Payment Bond March 2008 Prepared by the Engineers Joint Contract Documents Committee. Page 2 of 3 FY042150 Canterbury Road Tank Section 00600-2-2 10. Surety hereby waives notice of any change, including changes of time, to the Contract or to related subcontracts, purchase orders, and other obligations. I I . No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the Work or part of the Work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Paragraph 4.1 or Paragraph 4.2.3, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the addresses shown on the signature page. Actual receipt of notice by Surety, Owner, or Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory Bond and not as a common law bond. 14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15. Definitions 15.1 Claimant: An individual or entity having a direct contract with Contractor, or with a first -tier subcontractor of Contractor, to furnish labor, materials, or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental equipment used in the Contract, architectural and engineering services required for performance of the Work of Contractor and Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials, or equipment were furnished. 15.2 Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract, or to perform and complete or otherwise comply with the other terms thereof. FOR INFORMATION ONLY — (Name, Address, and Telephone) Surety Agency or Broker: Owner's Representative (Engineer or other): (MW001504;1} EJCDC C -615(A) Payment Bond March 2008 Prepared by the Engineers Joint Contract Documents Committee. Page 3 of 3 FY042150 Canterbury Road Tank Section 00600-2-3 MAINTENANCE BOND BOND NUMBER KNOW ALL MEN BY THESE PRESENTS, That we, (hereinafter called the Principal), and a corporation (hereinafter call the Surety), are held and firmly bound unto the City of Fayetteville, Arkansas (hereinafter called the Obligee), in the full and just sum of $ Dollars, lawful money of the United States, for the payment of which, well and truly to be made, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has entered into a certain contract with the Obligee dated Project: Canterbury Road 500 000 Gallon Elevated Water Storage Tank which contract has been or is about to be accepted. AND WHEREAS, specification and contract provided that should guarantee the project free from defects caused by faulty workmanship and materials for a period of two years after substantial completion, general wear and tear expected. NOW, THEREFORE, if the said project shall be free from defects of workmanship and materials, general wear and tear expected, for a period of two years after substantial completion, ( 1 then this obligation shall be null and void; otherwise to remain in full force and effect. Signed, sealed and delivered Witness as to Principal Maintenance Bond City of Fayetteville (Seal) (Seal) (Seal) FY042150 Canterbury Road Tank Section 00650-1 CONTRACTOR'S AFFIDAVIT STATE OF Arkansas COUNTY OF Washington The undersigned, being duly sworn on oath, deposes and says that he is President of (Officer) the Contractor for Canterbury Road 500,000 Gallon Elevated (Company Name) Water Stora eg Tank, designated as Project, situated at Fayetteville, Arkansas, owned by the City of Fayetteville, Arkansas, and that all parties who have furnished labor, material, or both or any other items to the undersigned for use on the said work and all parties having contracts or sub -contracts with the undersigned for specific portion of said work have been paid in full with the following exception: The undersigned further states that there are no other contracts or obligations for labor or materials outstanding which were used in completing this Project. The undersigned makes this affidavit for the purpose of procuring from the Owner a final payment upon this Contract for all work completed in accordance with the Drawings and Specifications of the Owner. Signed this day of ,2011. 2011. Subscribed and Sworn to before me this day of ___________,2011. Notary Public My commission expires the day of By Title President Contractor 20 FY042150 Canterbury Road Tank Section 00660-1 NOTICE TO PROCEED TO: DATE: PROJECT: City of Fayetteville, Canterbury Road 500,000 Gallon Elevated Water Storage Tank You are hereby notified to commence WORK in accordance with the Contract dated on or before , and you are to complete the work within 175 consecutive calendar days thereafter. The date of completion of all WORK is therefore CITY OF FAYETTEVILLE, ARKANSAS Owner tEll ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by this the day of , 2010. By. FY042150 Canterbury Road Tank Section 00670-1 Change Order No. Date of Issuance: Effective Date: Project: Owner: Owner's Contract No.: Contract: Date of Contract: Contractor: Engineer's Project No.: The Contract Documents are modified as follows upon execution of this Change Order: Description: Attachments (list documents supporting change): CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price: Original Contract Times: ❑ Working days ❑ Calendar days Substantial completion (days or date): $ Ready for final payment (days or date): [Increase] [Decrease] from previously approved [Increase] [Decrease] from previously approved Change Orders Change Orders No. to No. No. to No. Substantial completion (days): $ Ready for final payment (days): Contract Price prior to this Change Order: [Increase] [Decrease] of this Change Order: Contract Times prior to this Change Order: Substantial completion (days or date): _ Ready for final payment (days or date): _ [Increase] [Decrease] of this Change Order: Substantial completion (days or date): _ Ready for final payment (days or date): _ Contract Price incorporating this Change Order: Contract Times with all approved Change Orders: Substantial completion (days or date): Ready for final payment (days or date): RECOMMENDED: ACCEPTED: ACCEPTED: By: Engineer (Authorized Signature) Date: Approved by Funding Agency (if applicable): By: Owner (Authorized Signature) Date: By: Contractor (Authorized Signature) Date: Date: EJCDC C-941 Change Order Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page 1 of 2 FY042150 Canterbury Road Tank Section 00680 - 1 Change Order Instructions A. GENERAL INFORMATION This document was developed to provide a uniform format for handling contract changes that affect Contract Price or Contract Times. Changes that have been initiated by a Work Change Directive must be incorporated into a subsequent Change Order if they affect Price or Times. Changes that affect Contract Price or Contract Times should be promptly covered by a Change Order. The practice of accumulating Change Orders to reduce the administrative burden may lead to unnecessary disputes. If Milestones have been listed in the Agreement, any effect of a Change Order thereon should be addressed. For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Times, a Field Order should be used. B. COMPLETING THE CHANGE ORDER FORM Engineer normally initiates the form, including a description of the changes involved and attachments based upon documents and proposals submitted by Contractor, or requests from Owner, or both. Once Engineer has completed and signed the form, all copies should be sent to Owner or Contractor for approval, depending on whether the Change Order is a true order to the Contractor or the formalization of a negotiated agreement for a previously performed change. After approval by one contracting party, all copies should be sent to the other party for approval. Engineer should make distribution of executed copies after approval by both parties. If a change only applies to price or to times, cross out the part of the tabulation that does not apply. EJCDC C-941 Change Order Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page 2 of 2 FY042150 Canterbury Road Tank Section 00680 - 2 S • PART III CONDITIONS OF THE CONTRACT L DOCUMENT 00700 GENERAL CONDITIONS TABLE OF CONTENT ARTICLE NUMBER AND TITLE PAGE NUMBER 1. AS APPROVED.................................................................................................................................1 2. AS SHOWN, AND AS INDICATED................................................................................................I 3. BIDDER ........................ 4. CONTRACT ................. 5. CONTRACT DOCUMENTS ........... 6. CONTRACTOR ............................... 7. DAYS ............................................... 8. DRAWINGS ................... 9. ENGINEER ..................... 10. NOTICE .......................... ...............................................................................................1 ............................................................................ 2 11. OR EQUAL........................................................................................................................................2 12. OWNER.............................................................................................................................................2 13. PLANS (See Drawings).....................................................................................................................2 14. SPECIFICATIONS............................................................................................................................2 15. NOTICE TO PROCEED....................................................................................................................3 16. SUBSTANTIAL COMPLETION......................................................................................................3 17. WORK................................................................................................................................................3 18. INTENT OF CONTRACT DOCUMENTS.......................................................................................3 19. DISCREPANCIES AND OMISSIONS.............................................................................................3 20. ALTERATIONS - CHANGES IN WORK........................................................................................4 21. SUB -SURFACE CONDITIONS FOUND DIFFERENT..................................................................4 22. VERIFICATION OF CONTRACT DOCUMENTS..........................................................................4 23. DOCUMENTS TO BE KEPT ON THE JOB SITE...........................................................................5 24. ADDITIONAL CONTRACT DOCUMENTS...................................................................................5 25. OWNERSHIP OF DRAWINGS........................................................................................................5 26. AUTHORITY OF THE ENGINEER.................................................................................................5 27. DUTIES AND RESPONSIBILITIES OF THE ENGINEER............................................................5 28. REJECTED MATERIAL...................................................................................................................6 29. UNNOTICED DEFECTS..................................................................................................................6 30. RIGHT TO RETAIN IMPERFECT WORK......................................................................................6 31. LINES AND GRADES......................................................................................................................7 32. SHOP DRAWING SUBMITTAL PROCEDURE.............................................................................7 33. ADDITIONAL DETAIL DRAWINGS AND INSTRUCTIONS......................................................8 34. INDEPENDENT CONTRACTOR.........................................:.......................................................... 8 35. SUBCONTRACTING........................................................................................................................9 36. INSURANCE AND LIABILITY.......................................................................................................9 37. INDEMNITY...................................................................................................................................12 38. TAXES AND CHARGES................................................................................................................12 39. ORDINANCES, PERMITS, AND LICENSES...............................................................................12 40. SUPERINTENDENCE....................................................................................................................12 41. RECEPTION OF ENGINEER'S DIRECTIONS.............................................................................13 42. SANITATION..................................................................................................................................13 43. EMPLOYEES..................................................................................................................................13 44. PROJECT MEETINGS....................................................................................................................13 45. SAFETY...........................................................................................................................................13 46. CONTRACTOR'S TOOLS AND EQUIPMENT............................................................................14 47. PROTECTION OF WORK AND PROPERTY...............................................................................14 48. RESPONSIBILITY OF CONTRACTOR TO ACT IN EMERGENCY..........................................14 49. MATERIALS AND APPLIANCES................................................................................................15 50. BUY AMERICAN...........................................................................................................................15 51. CONTRACTORS' AND MANUFACTURERS' COMPLIANCE WITH STATE SAFETY, OSHA, AND OTHER CODE REQUIREMENTS...........................................................................15 • 52. SUBSTITUTION OF MATERIALS...............................................................................................15 53. TESTS, SAMPLES, AND INSPECTIONS.....................................................................................16 54. ROYALTIES AND PATENTS........................................................................................................16 55. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT ............................16 56. CORRECTION OF DEFECTIVE WORK......................................................................................16 57. BEGINNING OF THE WORK........................................................................................................17 58. SCHEDULES AND PROGRESS REPORTS..................................................................................17 59. PROSECUTION OF THE WORK..................................................................................................18 60. ASSIGNMENT................................................................................................................................18 61. OWNER'S RIGHT TO DO WORK.................................................................................................18 62. OWNER'S RIGHT TO TRANSFER EMPLOYMENT...................................................................18 63. OWNER'S RIGHT TO SUSPEND OR TERMINATE WORK......................................................19 64. DELAYS AND EXTENSION OF TIME........................................................................................20 65. LIQUIDATED DAMAGES.............................................................................................................21 66. OTHER CONTRACTS....................................................................................................................21 67. USE OF PREMISES........................................................................................................................21 68. SUBSTANTIAL COMPLETION DATE........................................................................................22 69. PERFORMANCE TESTING...........................................................................................................22 70. OWNER'S USE OF PORTIONS OF THE WORK.........................................................................22 71. CUTTING AND PATCHING..........................................................................................................22 72. CLEANING UP...............................................................................................................................22 73. PAYMENT FOR CHANGE ORDERS............................................................................................23 74. PARTIAL PAYMENTS...................................................................................................................24 75. CLAIMS........................................................................................................................................... 26 76. NOTICE OF CLAIM FOR DELAY................................................................................................27 77. RELEASE OF LIENS OR CLAIMS...............................................................................................27 78. FINAL PAYMENT..........................................................................................................................27 79. NO WAIVER OF RIGHTS..............................................................................................................27 80. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE..........................................27 I I DOCUMENT 00700 GENERAL CONDITIONS These General Conditions contain contractual -legal Articles which establish the requirements and conditions governing responsibility, policy, and procedures that apply during the construction and warranty period. This part of the Contract Documents is preprinted. Any modifications to the following Articles that are special to the Project under consideration will be made in the Supplementary Conditions. Requirements and conditions which have special significance to the Contract for the contemplated Work on this Project are as set forth in the remaining Sections of these Contract Documents. Wherever in the Contract Documents the following terms are used, the intent and meaning shall be interpreted as follows: AS APPROVED The words "as approved", unless otherwise qualified, shall be understood to be followed by the words "by the Engineer". 2. AS SHOWN, AND AS INDICATED The words "as shown" and "as indicated" shall be understood to be followed by the words "on the Drawings". 3. BIDDER The person or persons, partnership, firm, or corporation submitting a Bid for the Work contemplated. 4. CONTRACT The "Contract" is the written agreement covering the performance of the Work and the furnishing of labor, materials, incidental services, tools, and equipment in the construction of the Work. It includes supplemental agreements amending or extending the Work contemplated and which may be required to complete the Work in a substantial and acceptable manner. Supplemental agreements are written agreements covering alterations, amendments, or extensions to the Contract and include Contract Change Orders. 5. CONTRACT DOCUMENTS The "Contract Documents" consist of the Bidding Requirements, Contract forms, Conditions of the Contract, the Specifications, and the Drawings, including all modifications thereof, incorporated into the Documents before their execution, and including all other requirements incorporated by specific reference thereto. These form the Contract. 6. CONTRACTOR The person or persons, partnership, firm, or corporation who enters into the Contract awarded him by the Owner. FY042150 Canterbury Road Tank Section 00700 - 1 DAYS Unless otherwise specifically stated, the term "days" will be understood to mean calendar days. 8. DRAWINGS The term "Drawings" refers to the official Drawings, profiles, cross sections, elevations, details, and other working drawings and supplementary drawings, or reproductions thereof, sealed by the Engineer, which show the location, character, dimensions, and details of the Work to be performed. Drawings may either be bound in the same book as the Project Manual or bound separately and are a part of the Contract Documents, regardless of the method of binding. 9. ENGINEER The person or organization identified as such in the Contract. The term "Engineer" means the Engineer or his authorized representative. 10. NOTICE The term "notice" or the requirement to notify, as used in the Contract Documents or applicable state or federal statutes, shall signify a written communication delivered in person or by certified or registered mail to the individual, or to a member of the firm, or to an officer of the corporation for whom it is intended. Certified or registered mail shall be addressed to the last business address known to him who gives the notice. 11. OR EQUAL The term "or equal" shall be understood to indicate that the "equal" product is the same or better than the product named in function, performance, reliability, quality, and general configuration. Determination of equality in reference to the Project design requirements will be made by the Engineer. Such "equal" products shall not be purchased or installed by the Contractor without the Engineer's written approval. 12. OWNER The person, organization, or public body identified as such in the Contract. 13. PLANS (See Drawings). 14. SPECIFICATIONS Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards, and workmanship as applied to the Work and certain administrative details applicable thereto. Where standard specifications, such as those of ASTM, AASHTO, etc., have been referred to, the applicable portions of such standard specifications shall become a part of these Contract Documents. Where portions of the Work traverse or cross federal, state, county, or local highways, roads, streets, or railroads, and the agency in control of such property has established standard specifications governing items of Work that differ from these Specifications, the most stringent requirements shall apply. FY042150 Canterbury Road Tank Section 00700 - 2 The Contractor shall comply with all regulations and requirements of the State Highway Department and the City and County Road Departments wherever the Work traverses or crosses state, city, or county roads. 15. NOTICE TO PROCEED A written notice given by the Owner to the Contractor (with a copy to the Engineer) fixing the date on which the Contract time will commence to run and on which the Contractor shall start to perform his obligation under the Contract. The Notice to Proceed shall be given within 30 days following execution of the Contract by the Owner. 16. SUBSTANTIAL COMPLETION "Substantial completion" shall be that degree of completion of the Project, or a defined portion of the Project, sufficient to provide the Owner, at his discretion, the full-time use of the Project or defined portion of the Project for the purposes for which it was intended. Such substantial completion shall not relieve the Contractor from liquidated damages should the Owner have added costs after the completion date, i.e., if additional construction observation, interest paid, loss of revenue, or other expenses continue to be charged to the Owner. 17. WORK The word "Work" within these Contract Documents shall include all material, labor, and tools; all appliances, machinery, transportation, and appurtenances necessary to perform and complete the Contract; and such additional items not specifically indicated or described which can be reasonably inferred as belonging to the item described or indicated and as required by good practice to provide a complete and satisfactory system or structure. As used herein, "provide" shall be understood to mean "provide complete in place", that is, "furnish and install". CONTRACT DOCUMENTS 18. INTENT OF CONTRACT DOCUMENTS The Contract Documents are complementary, and what is called for by one shall be as binding as if called for by all. The intent of the Documents is to include all Work (except specific items to be furnished by the Owner) necessary for completion of the Contract. Materials or Work described in words which so applied have a well-known technical and trade meaning shall be held to refer to such recognized standards. 19. DISCREPANCIES AND OMISSIONS Any discrepancies or omissions found in the Contract Documents shall be reported to the Engineer immediately. The Engineer will clarify discrepancies or omissions, in writing, within a reasonable time. FY042150 Canterbury Road Tank Section 00700-3 In resolving inconsistencies among two or more Sections of the Contract Documents, precedence shall be given in the following order: 1. CONTRACT 2. SUPPLEMENTARY CONDITIONS 3. SPECIFICATIONS 4. INSTRUCTIONS TO BIDDERS 5. GENERAL CONDITIONS 6. DRAWINGS Figure dimensions on Drawings shall take precedence over scale dimensions. Detailed Drawings shall take precedence over general Drawings. It is understood and agreed that the Work shall be performed and completed according to the true spirit, meaning, and intent of these Documents. 20. ALTERATIONS - CHANGES IN WORK The Owner, without notice to the Sureties and without invalidating the Contract, may order changes in the Work within the general scope of the Contract by altering, adding to, or deducting from the Work, the Contract being adjusted accordingly. All such Work shall be executed under the conditions of the original Contract, except as specifically adjusted at the time of ordering such change. In giving instructions, the Engineer may order minor changes in the Work not involving extra cost and not inconsistent with the purposes of the Project, but otherwise, except in an emergency endangering life or property, additions or deductions from the Work shall be performed only in pursuance of an approved Change Order from the Owner, signed or countersigned by the Engineer, or a Change Order from the Engineer stating that the Owner has authorized the deduction, addition, or change, and no claim for additional payment shall be valid unless so ordered. If the Work is reduced by alterations, such action shall not constitute a claim for damages based on loss of anticipated profits. 21. SUB -SURFACE CONDITIONS FOUND DIFFERENT Should the Contractor encounter sub -surface and/or latent conditions at the site materially differing from those shown on the Drawings or indicated in the Specifications, the Contractor shall immediately give notice to the Engineer of such conditions before they are disturbed. The Engineer will thereupon promptly investigate the conditions, and if the Engineer finds that they materially differ from those shown on the Drawings or indicated in the Specifications, the Engineer will at once make such changes in the Drawings and/or the Specifications as he may find necessary. Any increase or decrease of cost resulting from such changes to be adjusted in the manner provided in the Paragraph titled "Changes in Work." 22. VERIFICATION OF CONTRACT DOCUMENTS The Contractor shall thoroughly examine and become familiar with all of the various parts of these Contract Documents and determine the nature and location of the Work, the general and local conditions and all other matters which can in any way affect the Work under this Contract. Failure to make an examination necessary for this determination shall not release the Contractor from the obligations of this Contract. The Contractor warrants that no verbal agreement or conversation with any officer, agent, or employee of the Owner or with the Engineer either before or after the execution of this Contract, has affected or modified any of the terms or obligations herein contained. FY042150 Canterbury Road Tank Section 00700-4 23. DOCUMENTS TO BE KEPT ON THE JOB SITE The Contractor shall keep one copy of the Contract Documents on the job site, in good order, available to the Engineer and to his representatives. The Contractor shall maintain on a daily basis at the job site, and make available to the Engineer on request, one current record set of the Drawings which have been accurately marked up to indicate all modifications in the completed Work that differ from the design information shown on the Drawings. Upon substantial completion of the Work, the Contractor shall give the Engineer one complete set of marked up record Drawings. Failure of the Contractor to submit accurate Record Drawings to the Engineer will be adequate justification for postponement of the Final Inspection and Final Payment. 24. ADDITIONAL CONTRACT DOCUMENTS The Engineer will furnish to the Contractor on request and free of charge, three copies of the Project Manual and three sets of full-size Drawings. Additional copies of the Project Manual and the Drawings may be obtained on request by paying the price as shown in the Invitation to Bid for the Contract Documents. 25. OWNERSHIP OF DRAWINGS All Drawings, Plans, Specifications, and copies thereof furnished by the Engineer and the Owner are their property. They are not to be used on other work and, with the exception of the signed Contract set, are to be returned to them on request at the completion of the Work. Any reuse of these materials without specific written verification or adaptation by the Engineer and the Owner will be at the risk of the user and without liability or legal expense to the Engineer and the Owner. Such user shall hold the Engineer and the Owner harmless from any and all damages, including reasonable attorneysfees, from any and all claims arising from any such reuse. Any such verification and adaptation by the Engineer and the Owner will entitle the Engineer to further compensation at rates to be agreed upon by the user, the Engineer and the Owner. All models are the property of the Owner. THE ENGINEER 26. AUTHORITY OF THE ENGINEER The Engineer shall be the Owner's representative during the construction period. His authority and responsibility shall be limited to the provisions set forth in these Contract Documents. The Engineer shall have the authority to reject Work and material which does not conform to the Contract Documents. However, neither the Engineer's authority to act under this provision, nor any decision made by him in good faith either to exercise or not to exercise such authority, shall give rise to any duty or responsibility of the Engineer to the Contractor, any Subcontractor, their respective Sureties, any of their agents or employees, or any other person performing any of the Work. 27. DUTIES AND RESPONSIBILITIES OF THE ENGINEER The Engineer will make periodic visits to the site of the Project to observe the progress and quality of the Work and to determine, in general, if the Work is proceeding in accordance with the intent of the Contract Documents. He shall not be required to make comprehensive or continuous inspections to check quality or quantity of the Work, and he shall not be responsible for FY042150 Canterbury Road Tank Section 00700 - 5 construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the Work. Visits and observations made by the Engineer shall not relieve the Contractor of his obligation to conduct comprehensive inspections of the Work and to furnish materials and perform acceptable Work, and to provide adequate safety precautions, in conformance with -the intent of the Contract. The Engineer will make decisions, in writing, on all claims of the Owner or the Contractor arising from interpretation or execution of the Contract Documents. Such decision shall be necessary before the Contractor can receive additional money under the terms of the Contract. Changes in Work ordered by the Engineer will be made in compliance with the Article titled, ALTERATIONS - CHANGES IN WORK. One or more construction observers may be assigned to observe the Work for compliance with the Contract Documents and to act in matters of construction under this Contract. It is understood that such construction observers shall have the power to issue instructions and make decisions within the limitations of the authority of the Engineer. The Contractor shall furnish all reasonable assistance required by the Engineer or construction observer for proper review of the Work. Construction observers shall not have the power or authority to delete, increase, modify or otherwise change the requirements of the Contract Documents. The above -mentioned observation shall not relieve the Contractor of his obligations to conduct comprehensive inspections of the Work and to furnish materials and perform acceptable Work and to provide adequate safety precautions, in conformance with the intent of the Contract. 28. REJECTED MATERIAL Any material condemned or rejected by the Engineer or his authorized construction observer because of nonconformity with the Contract Documents shall be removed at once from the vicinity of the Work by the Contractor at his own expense, and the same shall not be used on the Work. 29. UNNOTICED DEFECTS Any defective Work or material that may be discovered by the Engineer during construction or before the final acceptance of Work, or before final payment has been made, or during the guarantee period, shall be removed and replaced by Work and materials which shall conform to the provisions of the Contract Documents. Failure on the part of the Engineer to condemn or reject bad or inferior Work or materials shall not be construed to imply acceptance of such Work or materials. The Owner shall reserve and retain all of its rights and remedies at law against the Contractor and its surety for correction of any and all latent defects discovered after the guarantee period. 30. RIGHT TO RETAIN IMPERFECT WORK If any part or portion of the Work done or material furnished under this Contract shall prove defective and not in accordance with the Drawings and Specifications, and if the imperfection in the same shall not be of sufficient magnitude or importance as to make the Work dangerous or unsuitable, or if the removal of such Work will create conditions which are dangerous or undesirable, the Owner shall have the right and authority to retain such Work but shall make such deductions in the final payment therefore as maybe just and reasonable. The Owner shall also have the option to require, at no added cost to the Owner, extended warranties, maintenance bonds, or other remedies to provide for repair or reconstruction of imperfect Work. FY042150 Canterbury Road Tank Section 00700-6 31. LINES AND GRADES The Contractor shall stake -out Work for this Contract and set the lines and grades necessary to complete the Work and shall keep the Engineer informed a reasonable time in advance of the times and places at which he wishes to do Work in order that the Engineer may review the lines and grades set by the Contractor and in order that the Engineer may make the necessary measurements for payment to the Contractor. All stakes, marks, and other information shall be carefully preserved by the Contractor, and in case of their careless or unnecessary destruction or removal by him or his employees, such stakes, marks, and other information will be replaced at the Contractor's expense. Figured dimensions, when given in the Drawings, shall be accurately followed, even though they may differ from scaled measurements. No Work shown on the Drawings, the dimensions of which are not figured, shall be executed until instructions have been obtained from the Engineers as to the dimensions to be used. Large-scale and full-size drawings shall be followed in preference to small-scale drawings. The Engineer will provide the Contractor with bench marks to be used to establish grades and will also provide a baseline to be used to establish the proper lines. All Work done under this Contract shall be done to the lines and grades shown on the Drawings. The Contractor shall stake -out Work for this Contract and set the lines and grades necessary to complete the Work and shall keep the Engineer informed a reasonable time in advance of the times and places at which he wishes to do Work in order that the Engineer may review the lines and grades set by the Contractor and in order that the Engineer may make the necessary measurements for payment to the Contractor. The Contractor shall furnish without charge competent persons from his force and such tools, stakes, surveying instruments, and other materials as the Engineer may require for reviewing the Contractor's stake -out of the Work and in making measurements for payment estimates or for surveys to establish temporary or permanent reference marks in connection with said Work. Any Work done without lines, grades, and levels being reviewed by the Engineer, or other representative of the Engineer, may be ordered removed and replaced at the Contractor's cost and expense. The Contractor shall carefully preserve all monuments, bench marks, reference points, and stakes, and in case of willful or careless destruction of the same, he will be charged with the resulting expense of replacement and shall be responsible for any mistakes or loss of time that may be caused by their unnecessary loss or disturbance. In the event that the stakes and marks placed by the Engineer are destroyed through carelessness on the part of the Contractor, and that the destruction of these stakes and marks causes a delay in the Work, the Contractor shall have no claim for damages or extensions of time. In the case of any permanent monuments or bench marks which must of necessity be removed or disturbed in the construction of the Work, the Contractor shall carefully protect and preserve the same until they can be properly referenced and relocated. The Contractor shall also furnish at his own expense such materials and assistance as are necessary for the proper replacement of monuments or bench marks that have been moved or destroyed. 32. SHOP DRAWING SUBMITTAL PROCEDURE The Contractor shall submit a sufficient number of copies to allow the Engineer to retain four copies (2 for himself; 2 for the Owner) for review, such shop drawings, electrical diagrams, and catalog cuts for fabricated items and manufactured items (including mechanical and electrical equipment) required for construction, except as noted below. Should the Contractor fail to submit acceptable shop drawings on the second submittal, one copy will be returned to him and the cost of the Engineer's time to review subsequent submittals on the FY042150 Canterbury Road Tank Section 00700-7 • unacceptable item will be deducted from the Contractor's monthly payment invoice. Shop drawings shall be submitted in sufficient time to allow the Engineer not less than 20 regular working days per submittal for examining the shop drawings. These shop drawings shall be accurate, distinct, and complete and shall contain all required information, including satisfactory identification of items, units, and assemblies in relation to the Contract Drawings and Specifications. Unless otherwise approved by the Engineer, shop drawings shall be submitted -only by the Contractor, who shall indicate by a signed stamp on the shop drawings, or other approved means, that he (the Contractor) has checked the shop drawings, and that the Work shown is in accordance with Contract requirements and has been checked for dimensions and relationship with Work of all other trades involved. The practice of submitting incomplete or unchecked shop drawings for the Engineer to correct or finish will not be acceptable, and shop drawings which, in the opinion of the Engineer, clearly indicate that they have not been checked by the Contractor will be considered as not complying with the intent of the Contract Documents and will be returned to the Contractor for resubmission in the proper form. When the shop drawings have been reviewed by the Engineer, two (2) sets of submittals will be returned to the Contractor appropriately stamped. If major changes or corrections are necessary, the shop drawing may be rejected and one (1) set will be returned to the Contractor with such changes or corrections indicated, and the Contractor shall correct and resubmit the shop drawings in quadruplicate, unless otherwise directed by the Engineer. No changes shall be made by the Contractor to resubmitted shop drawings other than those changes indicated by the Engineer, unless such changes are clearly described in a letter accompanying the resubmitted shop drawings. The review of such shop drawings and catalog cuts by the Engineer shall not relieve the Contractor from responsibility for correctness of dimensions, fabrication details, and space requirements or for deviations from the Contract Drawings or Specifications unless the Contractor has called attention to such deviations in writing by a letter accompanying the shop drawings and the Engineer approves the change or deviation in writing at the time of submission; nor shall review by the Engineer relieve the Contractor from the responsibility for errors in the shop drawings. When the Contractor does call such deviations to the attention of the Engineer, the Contractor shall state in his letter whether or not such deviations involve any deduction or extra cost adjustment. 33. ADDITIONAL DETAIL DRAWINGS AND INSTRUCTIONS The Engineer will furnish, with reasonable promptness, additional instructions by means of drawings or otherwise, if, in the Engineer's opinion, such are required for the proper execution of the Work. All such drawings and instructions will be consistent with the Contract Documents, true developments thereof, and reasonably inferable therefrom. THE CONTRACTOR AND HIS EMPLOYEES 34. INDEPENDENT CONTRACTOR The Contractor shall perform all Work under this Contract as an Independent Contractor and shall not be considered as an agent of the Owner or of the Engineer, nor shall the Contractor's subcontractors or employees be subagents of the Owner or of the Engineer. The Contractor shall employee only employees who are competent and skillful in their respective line of work, and local labor shall be given preference. Whenever the Engineer or the Owner FY042150 Canterbury Road Tank Section 00700 - 8 notify the Contractor that any person on this work is, in their opinion, incompetent, disorderly, or refuses to carry out the provisions of this Contract, or uses threatening or abusive language to any person representing the Owner on the work or is otherwise unsatisfactory, such person shall be immediately discharged from the Project and shall not be re-employed thereon except with the consent of the Engineer by the Owner. 35. SUBCONTRACTING Within 30 days after the execution of the Contract, the Contractor shall submit to the Engineer the names of all subcontractors proposed, for the Work, including the names of any subcontractors that were submitted with the Bid. The Contractor shall not employ any subcontractors that the Engineer may object to as lacking capability to properly perform Work of the type and scope anticipated. No changes will be allowed from the approved subcontractor list without written approval of the Engineer. The Contractor agrees that he is as fully responsible to the Owner for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. 36. INSURANCE AND LIABILITY A. GENERAL The Contractor shall provide (from insurance companies acceptable to the Owner) the insurance coverage designated hereinafter and pay all costs. Before execution of the Contract, Contractor shall furnish the Owner with complete copies of all certificates of insurance specified herein showing the type, amount, class of operations covered, effective dates, and date of expiration of policies. Each certificate shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed, or renewal refused until at least thirty days prior written notice has been given to the Owner. In case of the breach of any provision of this Article, the Owner, at his option, may take out and maintain, at the expense of the Contractor, such insurance as the Owner may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Contractor under this Contract. All insurance contracts and certificates shall be executed by a licensed agent of the insurance company, and in all ways complying with the insurance laws of the State of Arkansas. Further, the said insurance company shall be duly licensed and qualified to do business in the State of Arkansas. B. CONTRACTOR AND SUBCONTRACTOR INSURANCE The Contractor shall not execute the Contract or commence Work under this Contract until he has obtained all the insurance required hereunder and such insurance has been reviewed and approved by the Owner, nor shall the Contractor allow any subcontractor to commence Work on his subcontract until insurance specified below has been obtained. Review of the insurance by the Owner shall not relieve or decrease the liability of the Contractor hereunder. FY042150 Canterbury Road Tank Section 00700-9 C. COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE The Contractor shall maintain during the life of this Contract the statutory Workmen's Compensation, in addition, Employer's Liability Insurance in an amount not less than $100,000 for each occurrence, for all of his employees to be engaged in Work on the Project under this Contract and, in case any such Work is sublet, the Contractor shall require the subcontractor similarly to provide Workmen's Compensation and Employer's Liability Insurance for all of the latter's employees to be engaged in such Work. Where Work under this Contract includes any water or navigational exposure, coverage shall be included to cover the Federal Longshoremen's and Harborworker's Act and the Federal Jones Act when applicable. Employer's Liability Insurance shall be extended to include waiver of subrogation to the Owner. D. GENERAL LIABILITY INSURANCE The Contractor shall maintain during the life of this Contract such independent contractor's general liability, completed operations and products liability, and automobile liability insurance as will provide coverage for claims for damages for personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from performance of the Work under this Contract. The general liability policy should also specifically ensure the contractual liability assumed by the Contractor under Article 37, INDEMNITY. Coverage for property damage shall be on a "broad form" basis with no exclusions for "X, C, and U." The certificate of insurance shall explicitly waive X, C, and U exclusions. Amount of insurance to be provided shall be as shown below: I) Contractor's Comprehensive General Liability Insurance General Aggregate: Not less than $2,000,000 Completed Operations Aggregate: Not less than $2,000,000 Each Occurrence of Personal Injury or Property Damage: Not less than $1,000,000 Combined Single Limit 2) Contractor's Comprehensive Automobile Liability Insurance Shall include Personal Injury and Property Damage coverage for []Any Auto[], []Hired Autos[], and []Non -Owned Autol at a Combined Single Limit of not less than $1,000,000. 3) Contractor's Excess Umbrella Policy: $2,000,000 limit of liability policy shall be provided. In the event any Work under this Contract is performed by a subcontractor, the Contractor shall be responsible for any liability directly or indirectly arising out of the Work performed under this Contract by a subcontractor, which liability is not covered by the subcontractor's insurance. The Contractor's and any subcontractor's general liability and automobile liability insurance policies shall include the Owner and Engineer, their officers, agents, and employees as additional insureds for any claims arising out of Work performed under this Contract. Certificates of insurance shall explicitly name the Owner and Engineer as additional insureds. Inclusion of either party as "certificate holder" does not meet this requirement. FY042150 Canterbury Road Tank Section 00700 - 10 r E. BUILDER'S RISK INSURANCE Unless otherwise modified in the Supplementary Conditions, the Contractor shall secure and maintain during the life of this Contract, builder's risk insurance upon the Work at the site in the amount of the full replacement cost thereof. This insurance shall: 1) Include the interests of the Contractor, subcontractors, and the Owner as such interests may appear; 2) Be written on a Builder's Risk or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary facilities, falsework, and Work in transit. The policy shall insure against at least the following perils: fire, lightning, theft, vandalism and malicious mischief, earthquake, collapse, debris removal occasioned by enforcement of Laws and Regulations, water damage, and other such perils as may be specifically required by the Supplementary Conditions or Basic Requirements; 3) Include expenses incurred in the repair, replacement, redesign, or reinspection of any insured property; and 4) Cover materials and equipment stored at the site, or at another location that was agreed to in writing by the Owner, prior to being incorporated in the Work. F. OWNER'S AND CONTRACTOR'S PROTECTIVE LIABILITY INSURANCE (OCP INSURANCE) The Contractor shall, at his expense, provide the Owner with a separate OCP Insurance Policy naming the Owner as the Insured and the Engineer as Additional Insured under that policy, said policy to protect said parties from claims which may arise from operations under the Contract. It is understood that the coverage shall apply to all authorized representatives of the said parties. The limits of policy coverage shall be: 1) General Aggregate: Not less than $2,000,000 2) Each Occurrence of Personal Injury or Property Damage: Not less than $1,000,000 Combined Single Limit G. INSURANCE COVERAGE FOR SPECIAL CONDITIONS When the construction is to be accomplished within a public or private right-of-way requiring special insurance coverage, the Contractor shall conform to the particular requirements and provide the required insurance. The Contractor shall include in his liability policy all endorsements that the said authority may require for the protection of the authority, its officers, agents, and employees. Insurance coverage for special conditions, when required, shall be provided as set forth in the Supplementary Conditions. H. NO PERSONAL LIABILITY OF PUBLIC OFFICIALS In carrying out any of the provisions hereof in exercising any authority granted by the Contract, there will be no personal liability upon any public official. FY042150 Canterbury Road Tank Section 00700 - 11 • • 37. INDEMNITY The Contractor shall indemnify and hold harmless the Owner, the Engineer, and their agents and employees from and against damages, losses, and expenses including attorneys' fees, up to the amount of the Contract price, arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury or to destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (2) is caused in whole or in part by any act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, provided that such claims, damages, losses, and expenses are not approximately caused by the negligence of any indemnity in the design, or by the sole negligence of any indemnity in the inspection of the Work that is the subject of this construction Contract. In any and all claims against the Owner, the Engineer, or any of their agents or employees by any employee of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this Article shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for the Contractor or any subcontractor under Workmen's Compensation Acts, Disability Benefit Acts, or other Employee Benefit Acts. 38. TAXES AND CHARGES The Contractor shall withhold and pay any and all sales and use taxes, including any and all charge of taxes thereof, and all withholding taxes, whether state or federal, and pay all Social Security charges and also all State Unemployment Compensation charges, and pay or cause to be withheld, as the case may be, any and all taxes, charges, or fees or sums whatsoever, which are now or may hereafter be required to be paid or withheld under any laws. 39. ORDINANCES, PERMITS, AND LICENSES The Contractor shall keep himself fully informed of all local ordinances, as well as state and federal laws, which in any manner affect the Work herein specified. The Contractor shall at all times comply with said ordinances, laws, and regulations, and protect and indemnify the Owner, the Engineer and their respective employees, and its officers and agents against any claim or liability arising from or based on the violation of any such laws, ordinances, or regulations up to the amount of the Contract Price. All permits, licenses, and inspection fees necessary for prosecution and completion of the Work shall be secured and paid for by the Contractor, unless otherwise specified. The Contractor shall observe and comply with all applicable local, state, and federal occupational safety and health regulations during the prosecution of Work under this Contract. In addition, full compliance by the Contractor with the U. S. Department of Labor's Occupational Safety and Health Standards, as established in Public Law 91-596, will be required under the terms of this Contract. 40. SUPERINTENDENCE The Contractor shall keep on the Work, during its progress, competent supervisory personnel. The Contractor shall designate, in writing, before starting Work, one authorized representative who shall have complete authority to represent and to act for the Contractor. The Contractor shall give efficient supervision to the Work, using his best skill and attention. The Contractor shall be solely responsible for all construction means, methods, techniques, and procedures, and for providing adequate safety precautions and coordinating all portions of the Work under the Contract. It is FY042150 Canterbury Road Tank Section 00700 - 12 • 0 specifically understood and agreed that the Engineer, its employees and agents, shall not have control or charge of and shall not be responsible for the construction means, methods, techniques, procedures, or for providing adequate safety precautions in connection with the Work under the Contract. 41. RECEPTION OF ENGINEER'S DIRECTIONS The superintendent, or other duly authorized representative of the Contractor, shall represent the Contractor in all directions given to him by the Engineer. Such directions of major importance will be confirmed in writing. Any direction will be so confirmed, in each case, on written request from the Contractor. 42. SANITATION Sanitary conveniences conforming to state and local codes shall be erected and maintained by the Contractor at all times while workers are employed on the Work. The sanitary convenience facilities shall be as approved by the Engineer. 43. EMPLOYEES The Contractor shall employ only men or women who are competent and skillful in their respective line of work. Whenever the Engineer or Owner shall notify the Contractor that any person on the Work is, in their opinion, incompetent, unfaithful, or disorderly or refuses to carry out the provisions of this Contract or uses threatening or abusive language to any person representing the Owner on the Work, or is otherwise unsatisfactory, such person shall be immediately discharged from the Project and shall not be re-employed thereon except with the consent of the Engineer by the Owner. 44. PROJECT MEETINGS The Engineer may conduct Project meetings, as he deems necessary, for the purposes of discussing and resolving matters concerning the various elements of the Work. Time and place for these meetings and the names of persons required to be present shall be as directed by the Engineer. Contractor shall comply with these attendance requirements and shall also require his subcontractors to comply. 45. SAFETY The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons (including employees) and property during performance of the Work. This requirement shall apply continuously and not be limited to normal working hours. Safety provisions shall conform to U. S. Department of Labor (OSHA); the State Labor Department Laws; all other applicable federal, state, county, and local laws, ordinances, and codes; the requirements set forth below; and any regulations that may be detailed in other parts of these Documents. Where any of these are in conflict, the more stringent requirement shall be followed. The Contractor's failure to thoroughly familiarize himself with the aforementioned safety provisions shall not relieve him from compliance with the obligations and penalties set forth herein. The Contractor shall develop and maintain for the duration of this Contract, a safety program that will effectively incorporate and implement all required safety provisions. The Contractor shall appoint an employee who is qualified and authorized to supervise and enforce compliance with the safety program. FY042150 Canterbury Road Tank Section 00700 - 13 The duty of the Engineer to conduct construction review of the Contractor's performance is not intended to include a review or approval of the adequacy of the Contractor's safety supervisor, the safety program, or any safety measures taken in, on, or near the construction site. The Contractor, as a part of his safety program, shall maintain at his office or other well-known place at the job site, safety equipment applicable to the Work as prescribed by the aforementioned authorities, all articles necessary for giving first aid to the injured, and shall establish the procedure for the immediate removal to a hospital or a doctor's care of persons (including employees) who may be injured on the job site. If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to both the Engineer and the Owner. In addition, the Contractor must promptly report in writing to the Engineer all accidents whatsoever arising out of, or in connection with, the performance of the Work whether on, or adjacent to, the site, giving full details and statements of witnesses. If a claim is made by anyone against the Contractor or any subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the Engineer, giving full details of the claim. 46. CONTRACTOR'S TOOLS AND EQUIPMENT The Contractor's tools and equipment used on the Work shall be furnished in sufficient quantity and of a capacity and type that will safely perform the Work specified, and shall be maintained and used in a manner that will not create a hazard to persons or property, or cause a delay in the progress of the Work. 47. PROTECTION OF WORK AND PROPERTY The Contractor shall at all times safely guard the Owner's property from injury or loss in connection with this Contract. The Contractor shall at all times safely guard and protect from damage his own Work, and that of adjacent property (as provided by law and the Contract Documents). All passageways, guard fences, lights, and other facilities required for protection by federal, state, or municipal laws and regulations and local conditions, must be provided and maintained. The Contractor shall protect his Work and materials from damage due to the nature of the Work, the elements, carelessness of other Contractors, or from any cause whatever until the completion and acceptance of the Work. All loss or damages arising out of the nature of the Work to be done under these Contract Documents, or from any unforeseen obstruction or defects which may be encountered in the prosecution of the Work, or from the action of the elements, shall be sustained by the Contractor. In addition, the Contractor shall take special precautions to prevent the "flotation" of all tanks and structures prior to their final acceptance and filling for beneficial use. The Contract price shall include all costs associated with such special precautions. Also, the Contractor shall not load or permit any part of any structure to be loaded with a weight that will endanger its safety or its structural integrity. 48. RESPONSIBILITY OF CONTRACTOR TO ACT IN EMERGENCY In case of an emergency which threatens loss or injury of property, and/or safety of life, the Contractor shall act, without previous instructions from the Owner or Engineer, as the situation FY042150 Canterbury Road Tank Section 00700 - 14 S 0 may warrant. The Contractor shall notify the Engineer thereof immediately thereafter. Any claim for compensation by the Contractor, together with substantiating documents in regard to expense, shall be submitted to the Owner through the Engineer and the amount of compensation shall be determined by agreement. 49. MATERIALS AND APPLIANCES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation, and other facilities necessary for the execution and completion of the Work. Unless otherwise specified, all materials shall be new, and both workmanship and materials shall be of good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. In selecting and/or approving equipment for installation in the Project, the Owner and Engineer assume no responsibility for injury or claims resulting from failure of the equipment to comply with applicable national, state, and local safety codes or requirements, or the safety requirements of a recognized agency, or failure due to faulty design concepts, or defective workmanship and materials. 50. BUY AMERICAN Unless otherwise, stipulated, only steel and manufactured products produced in the United States will be used by the Contractor, subcontractors, materialmen, and suppliers in performance of the Work. 51. CONTRACTORS' AND MANUFACTURERS' COMPLIANCE WITH STATE SAFETY, OSHA, AND OTHER CODE REQUIREMENTS The completed Work shall include all necessary permanent safety devices, such as machinery guards and similar ordinary safety items required by the state and federal (OSHA) industrial authorities and applicable local and national codes. Further, any features of the Work (including Owner -selected equipment) subject to such safety regulations shall be fabricated, furnished, and installed in compliance with these requirements. Contractors and manufacturers of equipment shall be held responsible for compliance with the requirements included herein. Contractors shall notify all equipment suppliers and subcontractors of the provisions of this Article. 52. SUBSTITUTION OF MATERIALS Except for Owner -selected equipment items and items where no substitution is clearly specified, whenever any material, article, device, product, fixture, form, type of construction, or process is indicated or specified by patent or proprietary name, by name of manufacturer, or by catalog number, such specifications shall be deemed to be used for the purpose of establishing a standard of quality and facilitating the description of the material or process desired. This procedure is not to be construed as eliminating from competition other products of equal or better quality by other manufacturers where fully suitable in design, and shall be deemed to be followed by the words "or equal". The Bidder may, in such cases, submit complete data to the Engineer 10 days prior to bid date for consideration of another material, type, or process which shall be substantially equal in every respect to that so indicated or specified. Substitute materials shall not be used unless approved in writing. The Owner or his authorized agent will be the sole judge of the substituted article or material. FY042150 Canterbury Road Tank Section 00700 - 15 53. TESTS, SAMPLES, AND INSPECTIONS The Contractor shall furnish, without extra charge, the necessary test pieces and samples, including facilities and labor for obtaining the same, as requested by the Engineer. When required, the Contractor shall furnish certificates of tests of materials and equipment made at the point of manufacture by a recognized testing laboratory. The Owner, Engineer, authorized government agents, and their representatives shall at all times be provided safe access to the Work wherever it is in preparation or progress, and the Contractor shall provide facilities for such access and for inspection, including maintenance of temporary and permanent access. If the Specifications, the Engineer's instructions, laws, ordinances, or any public authority require any Work to be specially tested or approved, the Contractor shall give timely notice of its readiness for inspection. Inspections to be conducted by the Engineer will be promptly made, and where practicable, at the source of supply. If any Work should be covered up without approval or consent of the Engineer, it shall be uncovered for examination at the Contractor's expense. 54. ROYALTIES AND PATENTS The Contractor shall pay all royalty and license fees, unless otherwise specified. The Contractor shall defend all suits or claims for infringement of any patent rights and shall save the Owner and the Engineer harmless from any and all loss, including reasonable attorneys' fees, on account thereof, up to the amount of the Contract Price. 55. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the Work should be stopped under an order of any court or other public authority for a period of more than 3 months, through no act or fault of the Contractor, its Subcontractors, or respective employees or agents, then the Contractor may, upon 15 days' written notice to the Owner and the Engineer, if said default has not been cured, stop Work or terminate this Contract and recover from the Owner payment for the reasonable value of Work performed. 56. CORRECTION OF DEFECTIVE WORK The Contractor hereby agrees to make, at his own expense, all repairs or replacements necessitated by defects in materials or workmanship supplied under terms of this Contract, and pay for any damage to other works resulting from such defects, which are found during construction or become evident within 1 year after the date of final acceptance of the Work or within I year after the date of substantial completion established by the Engineer for specified items of equipment, or within such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents. The Contractor further assumes responsibility for a similar guarantee for all Work and materials provided by subcontractors or manufacturers of packaged equipment components. The effective date for the start of the guarantee or warranty period for equipment qualifying as substantially complete is defined in Article 16, SUBSTANTIAL COMPLETION, and Article 68, SUBSTANTIAL COMPLETION DATE, in these General Conditions. The Contractor also agrees to hold the Owner and the Engineer harmless from liability of any kind arising from damage due to said defects. The Contractor shall make all repairs and replacements promptly upon receipt of written order for same from the Owner. If the Contractor fails to make the repairs and replacements promptly, the Owner may do the Work, and the Contractor and his Surety shall be liable for the cost thereof. Any additional FY042150 Canterbury Road Tank Section 00700 - 16 requirements for the Project relative to correction of defective Work after final acceptance are set forth in the Supplementary Conditions. PROGRESS OF THE WORK 57. BEGINNING OF THE WORK Before Work shall be started and materials ordered, the Contractor shall meet and consult with the Owner and/or Engineer relative to materials, equipment, and all arrangements for prosecuting the Work. 58. SCHEDULES AND PROGRESS REPORTS The Contractor shall submit to the Owner such schedule of quantities and costs, progress schedules, payrolls, reports, records, and other data as the Owner may request concerning Work performed or to be performed under this Contract. Construction Schedule Requirements: The Contractor shall comply with the following requirements concerning construction scheduling and payments: The Contractor shall submit a construction schedule of the bar graph type (or other approved type) prior to the preconstruction conference showing the following information as a minimum: a. Date of Notice to Proceed with Contract Work. b. Actual date construction is scheduled to start if different from the date of Notice to Proceed. c. Contract completion date. d. Beginning and completion dates for each phase of Work. e. The dates at which special detail drawings are required. f. Respective dates for submission of shop drawings and the beginning of manufacture, the testing of, and the installation of materials, supplies, and equipment. g. All construction milestone dates. h. A separate graph showing Work placement in dollars versus Contract time. The schedule shall incorporate approved Contract changes. The schedule shall be maintained in an up-to-date condition monthly and shall be available for inspection at the construction site at all times. The construction schedule shall be submitted in conjunction with and/or in addition to any other requirements concerning schedules within these Specifications. The construction schedule shall be updated and submitted with each monthly request for payment. Should the Contractor fall behind said schedule, he shall present in writing to the owner a revised plan of action to complete the project on time. Methods may include, but are not limited to additional manpower, equipment, working overtime, etc. as may be required. Also, the construction schedule shall be revised accordingly. Failure to submit such revised construction schedule and written explanation shall be reason to withhold payment entirely or reduce payment substantially. FY042150 Canterbury Road Tank Section 00700 - 17 59. PROSECUTION OF THE WORK It is expressly understood and agreed that the time of beginning, rate of progress, and time of completion of the Work are the essence of this Contract. The Work shall be prosecuted at such time, and in or on such part or parts of the Project as may be required, to complete the Project as contemplated in the Contract Documents and the approved construction schedule. Regular Work hours shall be from 7:00 a.m. to 6:00 p.m. Monday through Friday. No Work requiring the presence of the Engineer's representative will be performed outside of regular Work hours. The cost of additional engineering services will be based upon actual hours worked (labor cost x 3) plus out-of-pocket expenses such as lodging, mileage, materials, etc. Otherwise, the Contractor may perform clean-up work only outside of regular hours (including Saturdays and Sundays)._ No Work will be accomplished on holidays. 60. ASSIGNMENT Neither party to the Contract shall assign the Contract or sublet it as a whole, without the written consent of the other, nor shall the Contractor assign any monies due or to become due to him hereunder without the prior written consent of the Owner. 61. OWNER'S RIGHT TO DO WORK If the Contractor should, in the opinion of the Engineer, neglect to prosecute the Work properly or should neglect or refuse at his own cost to take up and replace Work as shall have been rejected by the Engineer, then the Owner shall notify the Surety of the condition, and after 10 days' written notice to the Contractor and the Surety, or without notice if an emergency or danger to the Work or public exists, and without prejudice to any other right which the Owner may have under the Contract, take over that portion of the work which has been improperly executed or uncompleted, and make good the deficiencies and deduct the cost thereof from the payments then or thereafter due the Contractor, and if such payments are not sufficient thereof, charge the cost to the Contractor and its surety. 62. OWNER'S RIGHT TO TRANSFER EMPLOYMENT If the Contractor should abandon the Work or should be adjudged bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workers or proper materials, or if he should fail to make prompt payment to subcontractors for material or labor, or persistently disregard laws, ordinances, or the instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the Contract or any laws or ordinance, the Owner may, without prejudice to any other right or remedy, and after giving the Contractor and Surety 7 days' written notice, transfer the employment for said Work from the Contractor to the Surety. Upon receipt of such notice, such Surety shall enter upon the premises and take possession of all materials, tools, and appliances thereon for the purpose of completing the Work included under this Contract and employ, by Contract or otherwise, any qualified person or persons to finish the Work and provide the materials therefore, in accordance with the Contract Documents, without termination of the continuing full force and effect of this Contract. In case of such transfer of employment to such Surety, the Surety shall be paid in its own name on estimates according to the terms hereof without any right of the Contractor to make any claim for the same or any part thereof. FY042150 Canterbury Road Tank Section 00700 - 18 • 0 If after the furnishing of said written notice to the Surety, the Contractor and the Surety still fail to make reasonable progress on the performance of the Work, the Owner may terminate the employment of the Contractor and take possession of the premises and of all materials, tools, and appliances thereon and finish the Work by whatever method he may deem expedient and charge the cost thereof to the Contractor and Surety. In such case, the Contractor shall not be entitled to receive any further payment until the Work is finished. If the expense of completing the Contract, including compensation for additional managerial and administrative services, shall exceed such unpaid balance, the Contractor and the Surety shall pay the difference to the Owner. 63. OWNER'S RIGHT TO SUSPEND OR TERMINATE WORK Owner may suspend work under the following conditions: At any time and without cause, Owner may suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to Contractor and Engineer which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be allowed an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if Contract makes an approved claim therefore as provided in per the General Conditions. Owner may terminate: Upon the occurrence of any one or more of the following events: I. If Contractor persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established in the Contract Documents. 2. If Contractor disregards Laws or Regulations of any public body having jurisdiction. 3. If Contractor disregards the authority of the Engineers. 4. If Contractor otherwise violates in any substantial way any provisions of the Contract Documents. Owner may, after giving Contractor (and the surety, if any) seven daysD written notice and to the extent permitted by Laws and Regulations, terminate the services of Contractor, exclude Contractor from the site and take possession of the Work and of all Contractor's tools, appliances, construction equipment, and machinery at the site and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which Owner has paid Contractor but which are stored elsewhere, and finish the Work as Owner may deem expedient. In such case Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by Owner arising out of or resulting from completing the Work such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses and damages incurred by Owner will be reviewed by Engineer as to their reasonableness and when so approved by Engineer incorporated in a Change Order, provided that when exercising any rights or remedies under the paragraph Owner shall not be required to obtain the lowest price for the Work performed. Where Contractor's services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability. FY042150 Canterbury Road Tank Section 00700 - 19 0 S Upon seven days' written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy of Owner, elect to terminate the Contract. In such case, Contractor shall be paid (without duplication of any items): 1. For completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work. 2. For expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses. 3. For all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others.. 4. For reasonable expenses directly attributable to termination. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 64. DELAYS AND EXTENSION OF TIME If the Contractor is delayed in the progress of the Work by any separate Contractor employed by the Owner, or by strikes, lockouts, fire, excessive adverse weather conditions not reasonably anticipated (on the basis of official weather records from the past ten years, minimum, from the locality involved), or acts of God, the Contractor shall, within 48 hours of the start of the occurrence, give written notice to the Owner of the cause of the potential delay and estimate the possible time extension involved, and within 7 days after the cause of delay has been remedied, the Contractor shall given written notice to the Owner of any actual time extension requested as a result of the aforementioned occurrence; then the Contract time may be extended by Change Order for such reasonable time as the Engineer determines. It is agreed that no claim shall be made or allowed for any damages which may arise out of any delay caused by the above referenced acts or occurrences, other than claims for the appropriate extension of time. No extension of time will be granted to the Contractor for delays occurring to parts of the Work that have no measurable impact on the completion of the total Work under this Contract; nor will extension of time be granted for delays to parts of Work that are not located on the critical path if the Critical Path Method (CPM) is used for scheduling the Work. No extension of time will be considered for weather conditions normal to the area in which the Work is being performed. Unusual weather conditions, if determined by the Engineer to be of a severity that would stop all progress of the Work, may be considered as cause for an extension of Contract completion time. The Contractor shall provide official documentation of weather conditions experienced versus those anticipated as described above. Delays in delivery of equipment or material purchased by the Contractor or his subcontractors (including Owner -selected equipment) shall not be considered as a just cause for delay. The Contractor shall be fully responsible for the timely ordering, scheduling, expediting, delivery, and installation of all equipment and materials. Within a reasonable period after the Contractor submits to the Owner a written request for an extension of time, the Engineer will present his written opinion to the Owner as to whether an extension of time is justified, and, if so, his recommendation as to the number of days for time extension. The Owner will make the final decision on all requests for extension of time. In no FY042150 Canterbury Road Tank Section 00700 - 20 0 event shall the Contractor be entitled under this Contract to collect or recover any damages, loss, or expense incurred by any delay other than as caused by the Owner, as stipulated in the Article titled, NOTICE OF CLAIM FOR DELAY. 65. LIQUIDATED DAMAGES The Work shall begin at the time stated in the Notice to Proceed issued by the Owner to the Contractor and shall be completed within the number of consecutive calendar days, or by the calendar date, stated in the accepted Bid and Contract. The time shall be computed from and including the date stated in the Notice to Proceed. It is agreed that time is of the essence of this Contract. The Contractor agrees that said Work shall be prosecuted regularly, diligently, and uninterruptedly at such rate or progress as will insure full completion thereof within the time specified. It is expressly understood and agreed, by and between the Contractor and the Owner, that the time for the completion of the Work described herein is a reasonable time for the completion of the same, taking into consideration the average climatic range and usual construction conditions prevailing in this locality. If the Contractor shall neglect, fail, or refuse to complete the Work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree, as a part consideration for the awarding of this Contract, a penalty put as liquidated damages for such breach of Contract, as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the Contract for completing the Work. The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages which the Owner would in such event sustain, and said amount shall be retained from time to time by the Owner from current periodic pay estimates. 66. OTHER CONTRACTS The Owner reserves the right to award other Contracts in connection with the Work. The Contractor shall afford other Contractors reasonable opportunity for the introduction and storage of their materials and the execution of their Work and shall properly connect and coordinate his Work with theirs. If any part of the Work under this Contract depends on the prior acceptable completion of Work by others under separate Contract(s), the Contractor shall inspect and promptly report to the Engineer any defects in such Work that would adversely affect the satisfactory completion of the Work under this Contract. The Contractor's failure to so inspect and report shall constitute acceptance of the Work by others as being suitable for the proper reception and completion of the Work under this Contract, excluding, however, those defects in the Work by others that occur after the satisfactory completion of the Work specified hereunder. 67. USE OF PREMISES The Contractor shall confine his equipment, the storage of materials, and the operation of his workers to limits shown on the Drawings or indicated by law, ordinances, permits, or directions of the Engineer, and shall not unreasonably encumber the premises with his materials. The Contractor shall provide, at his own expense, the necessary rights -of -way and access to the Work which may be required outside the limits of the Owner's property. FY042150 Canterbury Road Tank Section 00700-21 68. SUBSTANTIAL COMPLETION DATE The Engineer may, at his sole discretion, issue a written notice of substantial completion for the purpose of establishing the starting date for specific equipment guarantees, and to establish the date that the Owner will assume the responsibility for the cost of operating such equipment. Said notice shall not be considered as final acceptance of any portion of the Work or relieve the Contractor from completing the remaining Work within the specified time and in full compliance with the Contract Documents. Such substantial completion shall not relieve Contractor from liquidated damages should the Owner have added costs after the completion date, i.e., if additional construction observation, interest paid, loss of revenue, or other expenses continue to be charged to the Owner. Substantial completion of an operating facility shall be that degree of completion that will provide a minimum of 7 continuous work days of successful operation in which all performance and acceptance testing has been successfully demonstrated to the Engineer. All equipment contained in the Work, plus all other components necessary to enable the Owner to operate the facility in the manner that was intended, shall be complete on the substantial completion date. See "SUBSTANTIAL COMPLETION" under Article DEFINITIONS, of these General Conditions. 69. PERFORMANCE TESTING Operating equipment and systems shall be performance tested in the presence of the Engineer to demonstrate compliance with the specified requirements. Performance testing shall be conducted under the specified design operating conditions or under such simulated operating conditions as recommended or approved by the Engineer. Schedule such testing with the Engineer at least 1 week in advance of the planned date for testing. 70. OWNER'S USE OF PORTIONS OF THE WORK The Owner shall have the right to take possession of and use any completed or partially completed portions of the Work. Such use shall not be considered as final acceptance of any portion of the Work, nor shall such use be considered as cause for an extension of the Contract completion time, unless authorized by a Change Order issued by the Owner. 71. CUTTING AND PATCHING The Contractor shall do all cutting, fitting, or patching of his Work that may be required to make its several parts come together properly and fit it to receive or be received by Work of other Contractors shown upon or reasonably implied by the Drawings. Any defective Work or material, performed or furnished by the Contractor, that may be discovered by the Engineer before the final acceptance of the Work or before final payment has been made, shall be removed and replaced or patched, in a manner as approved by the Engineer at the expense of the Contractor. 72. CLEANING UP The Contractor shall, at all times, at his own expense, keep property on which Work is in progress and the adjacent property free from accumulations of waste material or rubbish caused by employees or by the Work. Upon completion of the construction, the Contractor shall, at his own expense, remove all temporary structures, rubbish, and waste materials resulting from his operations. FY042150 Canterbury Road Tank Section 00700 - 22 PAYMENT 73. PAYMENT FOR CHANGE ORDERS Payment or credit for any alterations covered by a Change Order shall be determined by one or a combination of the methods set forth in A, B, or C below as applicable: A. UNIT PRICES. If applicable, those unit prices stipulated in the Bid, shall be utilized. If such Unit Prices are not applicable, the Contractor and Owner may utilize Unit Prices as mutually agreed upon. B. LUMP SUM. A total lump sum for the Work may be negotiated as mutually agreed upon by the Contractor and Owner. In "A" and "B" above, Contractor's quotations for Change Orders shall be in writing and firm for a period of 90 days. Any compensation paid in conjunction with the terms of a Change Order shall comprise total compensation due the Contractor for the Work or alteration defined in the Change Order. By signing the Change Order, the Contractor acknowledges that the stipulated compensation includes payment for the Work or alteration plus all payment for the interruption of schedules, extended overhead, delay or any other impact claim or ripple effect, and by such signing specifically waives any reservation or claim for additional compensation in respect to the subject of the Change Order. The Owner's request for quotations on alterations to the Work shall not be considered authorization to proceed with the Work prior to the issuance of a formal Change Order, nor shall such request justify any delay in existing Work. Lump sum quotations for alterations to the Work shall include substantiating documentation with an itemized breakdown of Contractor and subcontractor costs, including labor, material, rentals, approved services, overhead, and profit calculated as specified under "C" below. C. FORCE ACCOUNT WORK. If the method of payment cannot be agreed upon prior to the beginning of the Work, and the Owner or the Engineer directs that the Work be done by written Change Order or on a force account basis, then the Contractor shall furnish labor, equipment, and materials necessary to complete the Work in a satisfactory manner and within a reasonable period of time. For the Work performed, payment will be made for the documented actual cost of the following: 1) Labor, including foremen, who are directly assigned to the force account Work: (actual payroll cost, including wages, fringe benefits as established by negotiated labor agreements, labor insurance, and labor taxes as established by law). No other fixed labor burdens will be considered, unless approved in writing by the Owner. 2) Material delivered and used on the designated Work, including sales tax, if paid for by the Contractor or his subcontractor. 3) Rental, or equivalent rental cost of equipment, including necessary transportation for items having a value in excess of $100. 4) Additional bond, as required and approved by the Owner. 5) Additional insurance (other than labor insurance) as required and approved by the Owner. FY042150 Canterbury Road Tank Section 00700-23 To costs under 73C, FORCE ACCOUNT WORK, there shall be added the following fixed fees for the Contractor or subcontractor actually performing the Work: A fixed fee not to exceed 15 percent of the cost of all items above. The added fixed fees shall be considered to be full compensation, covering the cost of general supervision, overhead, profit, and any other general expense. The Owner reserves the right to furnish such materials and equipment as he deems expedient, and the Contractor shall have no claim for profit or added fees on the cost of such materials and equipment. For equipment under Item 3 above, rental or equivalent rental cost will be allowed for only those days or hours during which the equipment is in actual use. Rental and transportation allowances shall not exceed the current rental rates prevailing in the locality. The rentals allowed for equipment will, in all cases, be understood to cover all fuel, supplies, repairs, and renewals, and no further allowances will be made for those items, unless specific agreement to that effect is made. The Contractor shall maintain his records in such a manner as to provide a clear distinction between the direct costs of Work paid for on a force account basis and the costs of other operations. The Contractor shall furnish the Engineer report sheets in duplicate of each day's force account Work no later than the working day following the performance of said Work. The daily report sheets shall itemize the materials used, and shall cover the direct cost of labor and the charges for equipment rental, whether furnished by the Contractor, subcontractor, or other forces. The daily report sheets shall provide names or identifications and classifications of workers, the hourly rate of pay and hours worked, and also the size, type, and identification number of equipment and hours operated. Material charges shall be substantiated by valid copies of vendors' invoices. Such invoices shall be submitted with the daily report sheets, or, if not available, they shall be submitted with subsequent daily report sheets. Said daily report sheets shall be signed by the Contractor or his authorized agent. To receive partial payments and final payment for force account Work, the Contractor shall submit in a manner approved by the Engineer, detailed and complete documented verification of the Contractor's and any of his subcontractors' actual current costs involved in the force account Work pursuant to the issuance of an approved Change Order. Such costs shall be submitted within 30 days after said Work has been performed. No payment will be made for Work billed and submitted to the Engineer after the 30 -day period has expired. No extra or additional Work shall be performed by the Contractor, except in an emergency endangering life or property, unless in pursuance of a written Change Order, as provided in ALTERATIONS -CHANGES IN WORK. 74. PARTIAL PAYMENTS A. GENERAL Nothing contained in this Article shall be construed to affect the right, hereby reserved, to reject the whole or any part of the aforesaid Work, should such Work be later found not to comply with the provisions of the Contract Documents. All estimated quantities of Work FY042150 Canterbury Road Tank Section 00700 - 24 for which partial payments have been made are subject to review and correction on the final estimate. Payment by the Owner and acceptance by the Contractor of partial payments based on periodic estimates of quantities of Work performed shall not, in any way, constitute acceptance of the estimated quantities used as the basis for computing the amounts of the partial payments. For public works projects, each partial payment request and final payment request shall contain an affidavit by the Contractor that all provisions of the applicable federal and state requirements regarding apprentices and payment of prevailing wages have been complied with by him and by his Subcontractors. B. ESTIMATE AND PAYMENT Before the first working day of each calendar month, the Contractor shall submit to the Engineer a detailed estimate of the amount earned for the separate portions of the Work, and request payment. As used in this Article, the words "amount earned" means the value, on the date of the estimate for partial payment, of the Work completed in accordance with the Contract Documents, and the value of approved materials delivered to the Project site suitably stored and protected prior to incorporation into the Work. If the Contractor's estimate of amount earned conforms with the Engineer's evaluation, the Engineer will calculate the amount due the Contractor and make recommendation to the Owner for payment. An estimate of monthly progress payments shall be provided for the entire job prior to the first payment request. An update of the estimate of progress payments shall be updated if the actual progress differs by more than 20 percent in any given month. Each monthly payment request shall include the required updated Schedule. If the updated Schedule is not submitted, the Owner may withhold payment until this item is completed. The Contractor shall be paid within 30 days of approval of the payment request. C. DEDUCTION FROM ESTIMATE Unless modified in the Supplementary Conditions, deductions from the estimate will be as described below. The Owner will deduct from the estimate, and retain as part security, 10 percent of the amount earned for Work satisfactorily completed. However, no deduction or retainage will be made on the approved items of material delivered to and properly stored at the job site but not incorporated into the Work. When the Work is 50 percent complete, the Owner may "freeze" the retainage at 5 percent of the dollar value of the total contract provided that the Contractor is making satisfactory progress and there is no specific cause for a greater retainage. The Owner may reinstate the retainage up to 10 percent of the dollar value of "Work complete to date" if the Owner determines, at his discretion, that the Contractor is not making satisfactory progress or where there is other specific cause for such withholding. NOTE: Exception --If the Work includes water or sewer pipelines, the Contractor shall maintain the Work for a period of ninety (90) days following its acceptance by the OWNER. Up to five percent (5%) of the Contract amount shall be retained during this maintenance period. All prior payments shall be subject to correction in the final payment. This 90 -day period does not relieve the Contractor of the Performance and Payment Bond requirements regarding warranty of the Project. In such cases, the semi-final payment estimate shall indicate the initial acceptance of the Work, and the warranty shall begin on such date. FY042150 Canterbury Road Tank Section 00700-25 0 • D. QUALIFICATION FOR PARTIAL PAYMENT FOR MATERIALS DELIVERED Unless modified in the Supplementary Conditions, qualification for partial payment for materials delivered but not yet incorporated in to the Work shall be as described below. Materials, as used herein, shall be considered to be those items which are fabricated or manufactured material and equipment. To receive partial payment for materials delivered to the site, but not incorporated in the Work, it shall be necessary for the Contractor to include invoices of such materials and documentation warranting that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein; all of which must be satisfactory to Owner. At the time of the next partial payment request, the Contractor must submit the following documentation relative to materials paid on the previous partial payment: paid invoices of such materials or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests, and encumbrances (i.e., all materials have been paid for by Contractor). Failure to submit this documentation will result in an appropriate reduction on the current partial payment estimate for such materials. At his sole discretion, the Engineer may approve items for which partial payment is to be made. Proper storage and protection shall be provided by the Contractor, and as approved by the Engineer. Final payment shall be made only for materials actually incorporated in the Work and, upon acceptance of the Work, all materials remaining for which advance payments had been made shall revert to the Contractor, unless otherwise agreed, and partial payments made for these items shall be deducted from the final payment for the Work. E. PAYMENT After deducting the retainages and the amount of all previous partial payments made to the Contractor, the amount earned as of the current month will be made payable to the Contractor within 30 days of the Owner's receipt of an approved request, except where the Owner is a municipality or other agency whose laws require the approval of each payment by a council or similar body, in which case, the payment shall become due and payable 10 days after the first regularly -scheduled meeting in the month following the submittal of such payment request. 75. CLAIMS In any case where the Contractor deems additional compensation is due him for Work or materials not clearly covered in the Contract or not ordered by the Engineer according to provisions of Article 20 ALTERATIONS - CHANGES IN WORK, the Contractor shall notify the Engineer, in writing, of his intention to make claim for such compensation before he begins the Work on which he bases the claim, in order that such matters may be settled, if possible, or other appropriate action promptly taken. If such notification is not given or the Engineer is not afforded proper facilities by the Contractor for keeping strict account of actual cost, then the Contractor hereby agrees to waive the claim for such additional compensation. Such notice by the Contractor, and the fact that the Engineer has kept account of the cost as aforesaid, shall not in any way be construed as proving the validity of the claim. Claims for additional compensation shall be made in itemized detail and submitted, in writing, to the Owner and Engineer within 10 days following completion of that portion of the Work for which the Contractor bases his claim. In case the claim is found to be just, it shall be allowed and paid for as provided in the Article titled, PAYMENT FOR CHANGE ORDERS. FY042150 Canterbury Road Tank Section 00700-26 0 76. NOTICE OF CLAIM FOR DELAY If the Contractor intends to file a claim for additional compensation for delay caused by the Owner at a particular time, he shall file a notice of claim with the Owner within 7 days of the beginning of the occurrence. The notice of claim shall be in duplicate, in writing, and need not state the amount. No claim for additional compensation will be considered unless the provisions of Article 64, DELAYS AND EXTENSION OF TIME, are complied with, and a notice of claim has been filed with the Owner in writing, as stated above. Should the Owner be prevented or enjoined from proceeding with Work, either before or after its prosecution, or from authorizing its prosecution by reason of any litigation, the Contractor shall not be entitled to make or assert claim for damage by reason of said delay; but time for completion of the Work will be extended to such reasonable time as the Owner may determine will compensate for time lost by such delay, with such determination to be set forth in writing. 77. RELEASE OF LIENS OR CLAIMS The Contractor shall indemnify and save harmless the Owner from all claims for labor and materials furnished under this Contract. Prior to the final payment, the Contractor shall furnish to the Owner, as part of his final payment request, an affidavit that all of the Contractor's obligations on the Project have been satisfied and that there are no unpaid taxes, liens, vendors' liens, rights to lien or any other type of claim against the Project, and that the hourly wages paid to all persons on the Project were in accordance with the applicable wage scale determinations. 78. FINAL PAYMENT Upon completion of all of the Work under this Contract, the Contractor shall notify the Engineer, in writing, that he has completed his part of the Contract and shall request final inspection. Upon receipt of the Contractor's written notice that the Work is ready for final inspection, the Engineer shall make such inspection and shall submit to the Owner his recommendation as to acceptance of the completed Work and as to the final estimate of the amount due the Contractor under this Contract. Upon approval of this final estimate by the Owner and compliance with provisions in Article titled, RELEASE OF LIENS OR CLAIMS, and other provisions as may be applicable, the Owner shall pay to the Contractor all monies due him under the provisions of these Contract Documents. On contracts for public works, final payment of the retained percentage will not be made until the Contractor has also furnished the applicable apprenticeship wage certification. 79. NO WAIVER OF RIGHTS Neither the inspection of the Owner, through the Engineer or any of his employees, nor any order by the Owner for payment of money, nor any payment for, or acceptance of, the whole or any part of the Work by the Owner or Engineer, nor any extension of time, nor any possession taken by the Owner or its employees shall operate as a waiver of any provision of this Contract, or any power herein reserved to the Owner, or any right to damages herein provided nor shall any waiver of any breach in this Contract be held to be a waiver of any other or subsequent breach. 80. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE The acceptance by the Contractor of the final payment shall release the Owner and the Engineer, as agent of the Owner, from all claims and all liability to the Contractor for all things done or furnished in connection with the Work, and every act of the Owner and others relating to or arising FY042150 Canterbury Road Tank Section 00700 - 27 out of the Work. No payment, however, final or otherwise, shall operate to release the Contractor or his Sureties from obligations under this Contract and the Performance and Payment Bonds, and other bonds and warranties, as herein provided. END OF GENERAL CONDITIONS FY042150 Canterbury Road Tank Section 00700-28 U I,BISIIO8 I r 9111101➢7 SUPPLEMENTARY CONDITIONS GENERAL The Contractor's attention is directed to Division 1, GENERAL REQUIREMENTS, which contains other directions pertinent to the project. REVISIONS AND ADDITIONS TO THE GENERAL CONDITIONS The GENERAL CONDITIONS are hereby revised as follows: ARTICLE 49. "MATERIALS AND APPLIANCES" After this Article, add the following: EQUIPMENT NAMEPLATES All manufacturer's nameplates on equipment items are to be kept visible and are not to be obscured by other equipment or piping nor are they to be covered by any paint or insulating material. ARTICLE 50. "BUY AMERICAN" ARTICLE 50. BUY AMERICAN is hereby deleted. ARTICLE 74. PARTIAL PAYMENTS Add paragraph F. under ARTICLE 74. F. PAYMENT DEDUCTIONS FOR EXCESS ENGINEERING COSTS General Excess engineering costs shall be applicable only during the Contract Time provided in the Agreement. Excess engineering costs shall be deducted from Partial Payments and the Final Payment for overtime engineering as follows. 2. Overtime a. The City of Fayetteville shall charge to 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, the charges for such personnel will be as provided in the Schedule of Charges below. FY042I50 Canterbury Road Tank Section 00800-1 0 b. These charges for excess engineering will be deducted from the Contractor's monthly payment request. c. Schedule of Charges to be as follows for all engineering and construction observation expenses incurred by the City of Fayetteville in connection with any overtime work. Personnel Hourly Rate Project Manager $155.00 Resident Engineer $115.00 Resident Project Representative $84.00 d. The Contractor shall not work over a 10 -hour day without written permission from the City of Fayetteville. e. The Engineer shall determine when observation of construction activities beyond the regular eight -hour day is required. END OF SUPPLEMENTARY CONDITIONS FY042150 Canterbury Road Tank Section 00800-2 fl PART IV SPECIFICATIONS r PART I GENERAL SECTION 01000 ABBREVIATIONS A. Whenever in these Contract Documents the following abbreviations are used, the intent and meaning shall be interpreted as follows: AA Aluminum Association AAMA Architectural Aluminum Manufacturers' Association AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute AFBMA Anti -Friction Bearing Manufacturers' Association AGA American Gas Association AGMA American Gear Manufacturers' Association AISC American Institute of Steel Construction AISI American Institute of Steel Institute AITC American Institute of Timber Construction AMCA Air Moving and Conditioning Association ANSI American National Standards Institute APA American Plywood Association API American Petroleum Institute AREA American Railway Engineering Association ASAE American Society of Agricultural Engineers ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air -Conditioning Engineers, Inc. ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials AWI Architectural Woodwork Institute AWS American Welding Society AWPA American Wood Preservers' Association AWPB American Wood Preservers Bureau AWWA American Water Works Association BHMA Builders Hardware Manufacturers' Association CBMA Certified Ballast Manufacturers' Association CDA Copper Development Association CISPI Cast Iron Soil Pipe Institute CMAA Crane Manufacturers' Association of America CRSI Concrete Reinforcing Steel Institute EPA Environmental Protection Agency Fed. Spec. Federal Specifications HI HMI ICBO IEEE ICEA ISA Hydraulic Institute Hoist Manufacturers' Institute International Conference of Building Officials Institute of Electrical and Electronics Engineers, Inc. Insulated Cable Engineers' Association Instrument Society of America FY042150 Canterbury Road Tank Section 01000 - 1 0 r JIC Joint Industry Conferences of Hydraulic Manufacturers MMA Monorail Manufacturers' Association NBHA National Builders' Hardware Association NEC National Electrical Code NEMA National Electrical Manufacturers' Association NESC National Electric Safety Code NFPA National Fire Protection Association NLMA National Lumber Manufacturers' Association NWMA National Woodwork Manufacturers' Association OECI Overhead Electrical Crane Institute OSHA Occupational Safety and Health Act (both Federal and State) PS Product Standards Section - U.S. Department of Commerce RLM RLM Standards Institute, Inc. RMA Rubber Manufacturers' Association SAE Society of Automotive Engineers SDI Steel Door Institute SSPC Steel Structures Painting Council TEMA Tubular Exchanger Manufacturers' Association TCA Tile Council of America UBC Uniform Building Code UL Underwriters' Laboratories, Inc. WWPA Western Wood Products Association B. Unless a particular issue is designated, all references to the above specifications, standards, or methods shall, in each instance, be understood to refer to the issue in effect (including all amendments) on the first published date of the Invitation to Bid. END OF SECTION FY042150 Canterbury Road Tank Section 01000 - 2 SECTION 01009 SUMMARY OF WORK PARTI GENERAL 1.01 REQUIREMENTS INCLUDED A. This Section describes the project in general, and provides overview of the extent of the work to be performed. Detailed requirements and extent of work is stated in the applicable Specification Sections and is shown on the Drawings. The Contractor shall, except as otherwise specifically stated herein or in any applicable parts of the Contract Documents, provide and pay for all labor, materials, equipment, tools, construction equipment, and other facilities and services necessary for proper execution, and completion of his work. 1.02 REASONABLY IMPLIED PARTS OF THE WORK SHALL BE DONE THOUGH ABSENT FROM SPECIFICATIONS A. Any part of the work which is not mentioned in the Specifications but is shown on the Drawings, or any part not shown on the Drawings but described in the Specifications, or any part not shown on the Drawings nor described in the Specifications, but which is necessary or normally required as a part of such work, or is necessary or required to make each installation satisfactorily and legally operable, shall be performed by the Contractor as incidental work without extra cost to the Owner, as if fully described in the Specifications and shown on the Drawings, and the expense thereof shall be included in the applicable unit prices or lump sum bid for the work. 1.03 DESCRIPTION OF THE PROJECT A. Work covered by these Contract Documents in general covers the construction of the following facilities: Construction of a 500,000 gallon elevated water storage tank and associated tank appurtenances. Completion of earthwork around the tank and along the tank access drive. Completion of a retaining wall and security fence around the tank site perimeter. Paving the tank site and access road. Construction of yard piping, drainage piping and drainage structures. Construction of a valve vault for the tank inlet/outlet valves and for an altitude valve. 4. Installation of electrical facilities as necessary for tank lighting, obstruction lighting and miscellaneous electrical needs. FY042150 Canterbury Road Tank Section 01009-I PART 2 PRODUCTS Not Used. PART 3 CONTRACTOR'S RESPONSIBILITIES 3.01 GENERAL CONSTRUCTION WORK A. The Contractor shall execute all work, including site, structural, piping, equipment, and finishes. B. The Contractor shall also: I. Provide temporary sanitary toilet facilities. 2. Pay for all electrical energy consumed for construction purposes. 3. Provide and pay for temporary service for lighting of temporary office and work areas. 4. Provide replacement lamps for temporary lighting. 5. Provide temporary heat; make all arrangements and pay all fuel cost; supervise and maintain all heating units. 6. Provide telephone service for his own use. 7. Provide an adequate supply of potable drinking water for use by his employees and by the Engineer. 8. Provide and maintain fire protection in working order during the entire construction period. 9. Coordinate with the Engineer and Owner all re-routing of existing utilities and interruptions of the existing water and sewer operations. 10. Insure that new water mains and the tank are properly tested and have passed disinfection tests before being placed in service. 3.02 DRAWINGS A. Drawings are bound separately and consist of 20 sheets. END OF SECTION FY042150 Canterbury Road Tank Section 01009-2 SECTION 01011 SITE CONDITIONS PARTI GENERAL 1.01 SITE INVESTIGATION AND REPRESENTATION A. The Contractor acknowledges by submission of his Bid that he has satisfied himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads, and uncertainties of weather, river stages, or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during the prosecution of the work and all other matters which can in any way affect the work or the cost thereof under this Contract. B. The Contractor further acknowledges by submission of his Bid that he has satisfied himself as to the character, quality, and quantity of surface and subsurface materials to be encountered from inspecting the site. Any failure by the Contractor to acquaint himself with all the available information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully performing the work. C. Prospective Bidders are invited, at their own expense, to make subsurface investigations, by boring or test hole excavation, as may be desirable, provided, however, that such work be scheduled by appointment with the Engineer. Bidders are not authorized to enter private property during these investigations. D. In the event subsurface or latent physical conditions are found materially different from those indicated in these Documents, and differing materially from those ordinarily encountered in the project area and generally recognized as inhering in the character of work covered in these Contract Documents, the Contractor shall promptly, and before such conditions are disturbed, notify the Engineer in writing of such changed conditions. E. The Engineer will investigate such conditions promptly and following this investigation, the Contractor shall proceed with the work, unless otherwise instructed by the Engineer. If the Engineer finds that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required for performing the work, the Engineer will recommend to the Owner the amount of adjustment in cost and time he considers reasonable. The Owner will make the final decision on all Change Orders to the Contract regarding any adjustment in cost or time for completion. FY042150 Canterbury Road Tank Section 01011-1 1.02 EXISTING UTILITIES A. Existing utilities in the vicinity of the project lines and structures include water and sewer mains, gas mains, and overhead (and underground) electric, television, and telephone lines. Additional utilities include individual property owner's gas lines, water lines, sprinkler system water lines, underground electrical service lines, and wastewater lines. No attempt has been made to locate all these utilities and private services. Information is shown on the Drawings relative to the general location of some utilities, as taken from maps supplied by the utilities. Private lines are not shown. Since specific utility locations are not shown on the Drawings, the Contractor shall carefully coordinate the location of utilities with their respective owner's. No compensation will be paid to the Contractor, due to costs associated with damages to utilities or to costs associated with locating/avoiding same. The Engineer and Owner will cooperate with the Contractor and utility firms in rerouting new water and sewer mains, where possible, to reasonably avoid existing utilities. 1.03 CONTRACTOR'S RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE A. Notify all utility offices that are affected by the construction operation at least two working days in advance. Under no circumstances expose any utility without first obtaining permission from the appropriate agency. Once permission has been granted, locate, expose, and provide temporary support for all existing underground utilities. B. The Contractor shall be solely and directly responsible to the Owner and operators of such properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage which may result from the construction operations under this Contract. C. Neither the Owner nor its officers or agents shall be responsible to the Contractor for damages as a result of the Contractor's failure to protect utilities encountered in the work. D. In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with said authority in restoration of service as promptly as possible and bear all costs of repair. In no event shall interruption of any utility service be allowed outside working hours unless granted by the owner of the utility. E. Drainage culverts that are removed or damaged by the Contractor shall be replaced in kind at the expense of the Contractor. The Contractor shall replace, at his own expense, any and all existing utilities or structures damaged during construction. G. Utilities shown on the Drawings are generally existing lines, some of which will be relocated by the utility companies prior to the tank site work. The new location of these utilities is unknown. The Contractor shall cooperate with other utilities and acknowledges that they will be working in the same vicinity. FY042150 Canterbury Road Tank Section 01011-2 1.04 1.05 1.06 NAMES OF KNOWN UTILITIES SERVING THE AREA A. The following is a list of the major public utilities serving the work area indicating the name and telephone number of the responsible authority of the various utilities which should be notified if conflicts or emergencies arise during the progress of the work: Name Authority Telephone Water and Sewer Fayetteville Water Dept. 479-575-8386 Storm Sewers City of Fayetteville 479-575-8390 Arkansas One Call Buried Utilities 1-800-482-8998 Telephone Cable AT&T 1-800-482-8998 Fiber Optic Cable Gas Arkansas Western Gas 479-521-5330 Electricity Ozark's Electric Coop. Corp. 479-521-2900 SWEPCO-AEP 1-800-482-8998 Television Cox Communications 479-751-2000 FIELD RELOCATION A. During the progress of construction, minor relocations of the work may become necessary. Such relocations shall be made only by direction of the Engineer. If existing structures are encountered that will prevent construction as shown, notify the Engineer before continuing with the work in order that the Engineer may make such field revisions as necessary to avoid conflict with the existing structures. If the Contractor shall fail to notify the Engineer when an existing structure is encountered, and shall proceed with the work despite this interference, he shall do so at his own risk and expense. CONSTRUCTION ON PRIVATE PROPERTIES A. The Owner has obtained easements for the pipeline routes on private property. The Contractor shall protect and/or restore improvements on these properties, including structures, rock walls, fences, drives, culverts, fruit and ornamental trees and shrubs, and grass in yards and pasture lands. Existing sod shall be protected and restored, or replaced with the same kind of new sod. Failure to do so will result in retainage of funds otherwise due the Contractor, as necessary to compensate property owners for damages and/or to pay restoration costs. B. Easement widths for permanent and temporary construction easements are as indicated on the Drawings. FY042150 Canterbury Road Tank Section 01011-3 C. The Contractor is not authorized to enter into side -agreements with the property owners, concerning the degree of cleanup, excess soil disposal, timber and brush disposal, etc., without the prior written approval of each "side -agreement" by the Owner. The Contractor is not authorized to enter private property outside the prescribed limits of the permanent and temporary construction easements. 1.07 PAYMENT A. No separate payment will be made for work under this Section. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION FY042150 Canterbury Road Tank Section 01011-4 SECTION 01014 PROTECTION OF THE ENVIRONMENT PARTI GENERAL 1.01 WORK AREAS A. The Contractor shall maintain all work areas within and outside the project boundaries free from environmental pollution which would be in violation to any federal, state, or local regulations. 1.02 PROTECTION OF TREES A. The numerous larger trees and ornamental trees along the driveway and pipeline route shall be protected to the maximum extent possible. If it becomes apparent that the planned route will result in damage to specific trees, and alternate routes may be possible that would minimize damages, advise the Engineer to determine if route adjustments can be made. 1.03 PROTECTION OF SEWERS A. Take adequate measures to prevent the impairment of the operation of the existing sewer system. Prevent construction material, pavement, concrete, earth, or other debris from entering a sewer or sewerage structure. 1.04 PROTECTION OF WATERWAYS A. The Contractor shall observe the rules and regulations of the State of Arkansas and agencies of the United States Government prohibiting the pollution of stream or river waters by dumping of any refuse, rubbish, or debris therein. B. The Contractor shall be responsible for providing an approved method which will handle, carry through, or divert around his work all flows, including storm flows so as to prevent flooding damage to the property. 1.05 MAINTENANCE OF SEWAGE FLOW IN EXISTING LINES A. The Contractor shall be required to install temporary piping, temporary pump station, or other facilities as necessary to maintain sewage flow in areas where the construction activities would otherwise lead to raw sewage discharge. 1.06 DEWATERING A. The Contractor shall construct, maintain, and operate all channels, flume drain, sumps, pumps, and/or other temporary diversion and protection works, shall furnish all materials required therefore, and shall furnish, install, maintain, and operate all necessary pumping and other equipment for the environmentally -safe removal and disposal of water from the various parts of the work. FY042150 Canterbury Road Tank Section 01014 - I 1.07 1.08 1.09 1.10 PROTECTION OF AIR QUALITY A. Trash burning will not be permitted on the construction site. B. If temporary heating devices are necessary for protection of the work, such devices shall be of an approved type that will not cause pollution of the air. CONSTRUCTION NOISE CONTROL A. The Contractor shall conduct all his work, use appropriate construction methods and equipment, and furnish and install acoustical barriers, all as necessary so that no noise emanating from the process or any related tool or equipment will exceed legal noise levels. NIGHTTIME WORK A. If the Contractor desires to perform any work between the hours of 6 P.M. and 7 A.M., he shall obtain approval of the Engineer and all necessary permits from the appropriate agencies and make all necessary arrangements prior to commencing. EROSION CONTROL A. The Contractor shall take steps to insure that excess erosion does not occur during the construction process or during the period between the rough cleanup and the time when a grass stand is established. Areas subject to erosion shall be protected with hay bales, by spreading hay over the area, by temporary seeding, or by utilizing other methods deemed appropriate by the Contractor. At points where lines cross creeks, the potential for erosion of the backfilled creek bank shall be reduced by spreading rip -rap over the affected area. Erosion control procedures shall also conform to SECTION 02150, STORM WATER POLLUTION PREVENTION, and to the attached Storm Water Pollution Prevention Plan. 1.11 PAYMENT A. Payment for the work in this section will be included as part of the applicable bid amounts stated in the Proposal. PART2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION FY042150 Canterbury Road Tank Section 01014 - 2 SECTION 01016 SAFETY REQUIREMENTS AND PROTECTION OF PROPERTY PARTI GENERAL 1.01 CONTRACTOR'S RESPONSIBILITY FOR SAFETY A. The Contractor shall do whatever work is necessary for safety and be solely and completely responsible for conditions of the jobsite, including safety of all persons (including employees) and property during the Contract period. This requirement shall apply continuously and not be limited to normal working hours. 1.02 FEDERAL, STATE, AND LOCAL SAFETY REQUIREMENTS A. Safety provisions shall conform to the Federal and State Department of Labor Occupational Safety Health Act (OSHA), and all other applicable federal, state, county, and local laws, ordinances, codes, the requirements set forth herein, and any regulations that may be specified in other parts of these Contract Documents. Where any of these are in conflict, the more stringent requirements shall be followed. The Contractor's failure to thoroughly familiarize himself with the aforementioned safety provisions shall not relieve him from compliance with the obligations and penalties set forth therein. B. The Contractor shall comply with trench safety regulations appended hereto. 1.03 SAFE ACCESS BY FEDERAL, STATE, AND LOCAL GOVERNMENT OFFICIALS A. The Contractor shall at all times provide proper facilities for safe access to the work by authorized government officials. 1.04 CONSTRUCTION SAFETY PROGRAM A. The Contractor shall develop and maintain for the duration of this Contract, a safety program that will effectively incorporate and implement all required safety provisions. The Contractor shall appoint an employee who is qualified and authorized to supervise and enforce compliance with the safety program. B. The duty of the Engineer to conduct construction review of the Contractor's performance is not intended to include a review or approval of the adequacy of the Contractor's safety supervisors, the safety program, or any safety measures taken in, on, or near the construction site. FY042150 Canterbury Road Tank Section 01016 - I 0 1.05 SAFETY EQUIPMENT A. The Contractor, as part of his safety program, shall maintain at his office or other well-known place at the jobsite, safety equipment applicable to the work as prescribed by the governing safety authorities, all articles necessary for giving first -aid to the injured, and shall establish the procedure for the immediate removal to a hospital or a doctor's care of any person who may be injured on the jobsite. B. The performance of all work and all completed construction, particularly with respect to ladders, platforms, structure openings, scaffolding, shoring, lagging, machinery guards and the like, shall be in accordance with the applicable governing safety authorities. C. During construction, the Contractor shall construct and at all times maintain satisfactory and substantial temporary chain link fencing, solid fencing, railing, barricades or steel plates, as applicable, at all openings, obstructions, or other hazards in sidewalks, floors, roofs, walkways, parking areas and driveways. All such barriers shall have adequate warning lights as necessary, or required, for safety. 1.06 ACCIDENT REPORTS A. If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to the Engineer. In addition, the Contractor must promptly report in writing to the Engineer all accidents whatsoever arising out of, or in connection with, the performance of the work whether on, or adjacent to, the site, giving full details and statements of witnesses. B. If a claim is made by anyone against the Contractor or any subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the Engineer, giving full details of the claim. 1.07 TRAFFIC SAFETY AND ACCESS TO PROPERTY A. Comply with all rules and regulations of the city, state, and county authorities regarding closing or restricting the use of public streets or highways. No public or private road shall be closed, except by express permission of the Owner. Conduct the work so as to assure the least possible obstruction to traffic and normal commercial pursuits. Protect all obstructions within traveled roadways by installing approved signs, barricades, and lights where necessary for the safety of the public. The convenience of the general public and residents adjacent to the project, and the protection ofpersons and property are of prime importance and shall be provided for in an adequate and satisfactory manner. B. When flagmen and guards are required by regulation or when deemed necessary for safety, they shall be furnished with approved orange wearing apparel and other regulation traffic control devices. FY042150 Canterbury Road Tank Section 01016 - 2 1.08 TRAFFIC CONTROL A. Traffic control procedures and devices used on all local, county, and state rights -of -way shall meet the requirements of the applicable current laws and regulations for traffic control. 1.09 ACCESS FOR POLICE A. The Contractor shall leave his night emergency telephone number or numbers with the Fayetteville Police Department, so that contact maybe made easily at all times. 1.10 FIRE PREVENTION AND PROTECTION A. The Contractor shall perform all work in a fire -safe manner and shall supply and maintain on the site adequate fire -fighting equipment capable of extinguishing incipient fires. The Contractor shall comply with applicable federal, local, and state fire -prevention regulations. Where these regulations do not apply, applicable parts of the National Fire Prevention Standards for Safeguarding Building Construction Operations, (NFPA No. 241) shall be followed. 1.11 USE OF EXPLOSIVES A. When explosives are used, the Contractor shall comply with all Federal, State and Local Regulations. The Contractor shall take all precautions necessary to protect lives, property, and utilities. B. The Contractor shall obtain the services of a qualified seismic consultant to do a preblast survey on all structures and utilities closer than 300 feet to determine the condition of each before blasting. The seismic consultant shall install and operate seismic monitoring equipment at structures closer than 300 feet. C. A postblast survey will be made if complaints are received about damage due to blasting. D. The Contractor shall obtain a Certificate of Insurance covering such blasting operations. The amount of such coverage shall be the same as the requirements for public liability insurance in the General Conditions (Article 35). E. The Contractor shall work out a mutual agreeable blasting procedure with the utility companies before blasting adjacent to utilities. Certain utilities, including gas pipelines and fiber optics, will not permit blasting within a minimum distance. 1.12 JOINT SURVEY TO ESTABLISH AUTHENTICITY OF POSSIBLE DAMAGE CLAIMS A. The Contractor shall establish vertical and horizontal survey control points on all structures, and improvements, located in the vicinity of the blasting work prior to beginning work, and shall periodically check the points for movements when directed by the Engineer. The Contractor shall furnish the Engineer with copies of the survey notes for each survey and a copy of the layout of the survey control points. FY042150 Canterbury Road Tank Section 01016 - 3 B. After the Contract is awarded and before the commencement of work, the Contractor shall make a thorough examination of all existing buildings, structures, and other improvements in the vicinity of the work, as applicable, which might be damaged by his operation. C. Examination of existing buildings, structures, and other improvement in the vicinity of the work shall be made jointly by authorized representatives of the Contractor, the Owner, and the Engineer. The scope of the examination shall include cracks in structures, settlement, leakage, and similar conditions. D. Records of all observations shall be prepared by the Contractor and every copy of every document shall be signed by the authorized representative of the Owner and of the Contractor. One signed copy of every document and photograph will be kept in file in the office of the Engineer. E. The above records and photographs are intended to use as indisputable evidence in ascertaining the extent of any damage which may occur as a result ofthe Contractor's operations and are for the protection of the Contractor, and the Owner, and will be a means of determining whether and to what extent damage, resulting from the Contractor's operations, occurred during the Contract work. 1.13 CONTRACTOR TO SAFEGUARD EXISTING UTILITIES A. The Contractor shall perform all work, including excavation, dewatering, and demolition operations, in such a manner as to avoid damage to existing water mains, fire hydrants, sewer lines, gas mains, telephone and TV cables, power poles, lighting standards, and all other existing utilities, public or private. See Section 01011, SITE CONDITIONS. 1.14 PROTECTION OF PUBLIC/PRIVATE PROPERTY A. The Contractor shall employ such means and methods as necessary to adequately protect public and private property against damage. In the event of damage to such property, the Contractor shall, at his own expense, immediately restore the property to a condition equal to its original condition and to the satisfaction of the Engineer and the owner of said property. B. The Contractor shall exercise due care to avoid damage to existing pipe and coatings, wrappings, sewers, conduit, or other existing utilities. Should the Contractor damage or displace any of the above, the Contractor shall repair same to the satisfaction ofthe Engineer and all expenses in connection therewith shall be borne solely by the Contractor. C. Some of the work to be done under this Contract will be performed on private property. A permanent and a temporary easement has been obtained from the property owner for construction purposes. The easement does not permit the wanton destruction of trees, shrubs, walls, water and sewer services, or other improvements. The Contractor shall safeguard and restore the properties to a condition as near equal as possible to that found prior to entering them. In some cases, particular instruction will be given the Contractor relative to the protection of certain improvements, and in all cases, lawns will be hand -raked (after all settlement of the trench backfill has occurred) and seeded and fertilized. Since this work is being performed on behalf of FY042150 Canterbury Road Tank Section 01016-4 0 the City of Fayetteville, good public relations and cooperation with the property owners shall be exercised by the Contractor. D. The Contractor shall construct all necessary temporary fencing for the containment of all pets in fenced lawns, and livestock in fenced fields. Upon completion of the project all fencing will be repaired to a permanent nature. 1.15 PAYMENT A. Payment for the work in this Section will be included as part of the bid amounts stated in the Proposal. PART2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION FY042150 Canterbury Road Tank Section 01016 - 5 PARTI GENERAL 1.01 A. 1.02 A. B. C. 1.03 SECTION 01027 APPLICATIONS FOR PAYMENT REQUIREMENTS INCLUDED Procedures for preparation and submittal of Applications for Payment. RELATED REQUIREMENTS Document 00500 - Owner -Contractor Agreement: Contract Sum, Amounts of Progress Payments, and Retainages, and times for submittals. Section 01300 - Submittals: Submittal procedures; Schedule of Values. Section 01700 - Contract Closeout: Final Payment. FORMAT A. •For each item, provide a column for listing: Item Number; Description of Work; Scheduled Value, Previous Applications; Work in Place; Stored Materials; Authorized Change Orders; Total Completed and Stored to Date of Application; Percentage of Completion; Balance to Finish; and Retainage. 1.04 PREPARATION OF APPLICATION A. Type required information or use media -driven printout. B. Execute certification by signature of authorized officer. C. Provide dollar value in each column for each line item for portion of Work performed and for stored products. D. List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item of Work. E. Prepare Application for Final Payment as specified in Section 01700. 1.05 SUBMITTAL PROCEDURES A. Submit five copies of each Application for Payment at times stipulated in Agreement. B. Submit under transmittal letter specified in Section 01300. 1.06 SUBSTANTIATING DATA A. Provide an invoice from the Material Supplier for every item of stored material for which payment is requested. FY042150 Canterbury Road Tank Section 01027 - 1 E B. When Engineer requires substantiating information, submit data justifying line item amounts in question. C. Provide one copy of data with cover letter for each copy of submittal. Show Application number and date, and line item by number and description. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION FY042150 Canterbury Road Tank Section 01027-2 C SECTION 01028 CHANGE ORDER PROCEDURES PARTI GENERAL 1.01 REQUIREMENTS INCLUDED A. Procedures for processing Change Orders. 1.02 RELATED REQUIREMENTS A. Section 01700 - Contract Closeout: Project record documents. 1.03 SUBMITTALS A. Submit name of the individual authorized to accept changes, and to be responsible for informing others in Contractor's employ of changes in the Work. B. Change Order Form: As approved by the Engineer. 1.04 DOCUMENTATION OF CHANGE IN CONTRACT SUM AND CONTRACT TIME A. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. B. Provide data to support computations: 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from Contract, similarly documented. C. Support each claim for additional costs, and for work done, with additional information: 1. Origin and date of claim. 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. FY042150 Canterbury Road Tank Section 01028 -1 Li 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. 1.05 PRELIMINARY PROCEDURES A. Engineer may submit a Proposal Request which includes: Detailed description of change with supplementary or revised Drawings and Specifications, the projected time for executing the change and the period of time during which the requested price will be considered valid. B. Contractor may initiate a change by submittal of a request to Engineer describing the proposed change with a statement of the reason for the change, and the effect on Contract Sum and Contract Time with full documentation. 1.06 CONSTRUCTION CHANGE AUTHORIZATION - WORK DIRECTIVE CHANGE A. Engineer may issue a directive, signed by Owner, instructing Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. Directive will describe changes in the Work, and will designate method of determining any change in Contract Sum or Contract Time. C. Promptly execute the change in Work. 1.07 TIME AND MATERIAL - FORCE ACCOUNT CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits in Conditions of the Contract. B. Engineer will determine the change allowable in Contract Sum and Contract Time as provided in Conditions of the Contract. 1.08 EXECUTION OF CHANGE ORDERS A. Engineer will issue Change Orders for signatures of parties as provided in Conditions of the Contract. . 1.09 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum as shown on Change Order. B. Promptly enter changes in Project Record Documents. FY042150 Canterbury Road Tank Section 01028 -2 PART2 PRODUCTS Not Used. PART3 EXECUTION Not Used. END OF SECTION FY042150 Canterbury Road Tank Section 01028 -3 I SECTION 01070 CUTTING AND PATCHING PART1 GENERAL 1.01 SCOPE A. This Section includes the work required to provide complete, in place, cutting, fitting, and patching of new and existing work. 1.02 GENERAL A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.03 DESCRIPTION A. Execute cutting (including excavating), fitting, or patching of work, required to: 1. Make the several parts fit properly. 2. Uncover work to provide for installation of ill-timed work. 3. Remove and replace work not conforming to requirements of Contract Documents. 4. Remove and replace defective work. 5. Install specified work in existing construction. B. In addition to Contract requirements, upon written instructions of Engineer: 1. Uncover work to provide for Engineer's observation of covered work. 2. Remove samples of installed materials for testing. 3. Remove work to provide for alteration of existing work. 4. Do not endanger any work by cutting or altering work or any part of it. 5. Do not cut or alter work of another contractor without written consent of Engineer 6. Do not cut structural or reinforcing steel without written consent of the Engineer. FY042150 Canterbury Road Tank Section 01070-1 1.04 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL REQUIREMENTS. 1.05 SUBMITTALS A. Prior to cutting which affects structural safety of project, submit written notice to the• Engineer and other Prime Contractors, requesting consent to proceed with cutting. B. Prior to "extra" cutting and patching done on instruction of Engineer, submit cost estimate. C. Should conditions of work, or schedule, indicate change of materials or methods, submit written recommendation to Engineer, including: Conditions indicating change. 2. Recommendations for alternative materials or methods. 3. Submittals as required for substitutions. 4. Submit written notice to Engineer, designating time work will be uncovered, to provide for observation. PART 2 MATERIALS 2.01 GENERAL A. Materials for replacement of work removed shall comply with applicable sections of these Specifications for type of work to be done. B. Provide all tools and equipment required to accomplish cutting and patching. PART 3 EXECUTION 3.01 INSPECTION A. Inspect existing conditions of work, including elements subject to movement or damage during cutting, patching, excavation, and backfilling. B. After uncovering work, inspect conditions affecting installation of new products. 3.02 PREPARATION A. Prior to cutting, provide shoring and protection. FY042150 Canterbury Road Tank Section 01070-2 3.03 PERFORMANCE A. Execute fitting and adjustment of products to provide finished installation to comply with specified tolerance and finishes. B. Restore work which has been cut or removed; install new products to provide completed work in accordance with requirements of Contract Documents. C. Refinish surfaces as practical to provide a finish which blends acceptably with the existing finish. A. Restore structures and surfaces damaged during the course of this Contract that are to remain in the completed work. B. Restorations shall be done with new materials and appropriate methods as specified elsewhere in these Specifications from new work of similar nature; or, if not specified, best recommended practice of manufacturer, or appropriate trade association. C. Restore damaged work in such a way that there is a secure and intimate bond or fastening between new and old work. Restored surfaces shall be finished to such planes, shapes, and textures that no obvious transition between new and old work is unduly noticeable in finished surfaces. 3.05 CLEANING A. Remove from site all debris, rubbish, and extra material caused by cutting and patching. 3.06 PAYMENT A. Payment for the work in this Section will be included as part of the applicable bid amounts stated in the Proposal. END OF SECTION FY042150 Canterbury Road Tank Section 01070-3 SECTION 01210 PRECONSTRUCTION CONFERENCES PART1 GENERAL 1.01 SUMMARY A. Contractor participation in preconstruction conferences. 1.02 RELATED SECTIONS A. Section 01009 - Summary of Work. 1.03 PRECONSTRUCTION CONFERENCE A. Engineer will schedule conference as soon as practicable after receipt of approved bonds and proof of insurance. B. Attendance: 1. Owner 2. Engineer 3. Contractor 4. Major Subcontractors C. Agenda: 1. Distribution of Contract Documents. 2. Submittal of list of subcontractors, list of products, schedule of values, and progress schedule. 3. Designation of responsible personnel. 4. Procedures and processing of field decisions, submittals, substitutions, applications for payments, bid requests, change orders, and Contract closeout procedures. 5. Scheduling. 6. Responsibilities of Engineer. 7. Responsibilities of Owner. 8. Responsibilities of Contractor. 9. General Discussion of Contract. 10. Staking of Work. 11. Construction Observation. 12. Labor Requirements. 13. Rights -of -Way and Easements. 14. Other items as required by funding agencies. 15. Use of premises by Owner and Contractor. 16. Owner's requirements. 17. Construction facilities and controls provided by Owner. 18. Temporary utilities provided by Owner. 19. Security and housekeeping procedures. 20. Schedules. 21. Procedures for testing. 22. Procedures for maintaining record documents. FY042150 Canterbury Road Tank Section 01210 - I S 23. Requirements for startup of equipment. 24. Inspection and acceptance of equipment put into service during construction period. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION FY042150 Canterbury Road Tank Section 01210-2 SECTION 01300 SUBMITTALS DURING CONSTRUCTION PART1 GENERAL 1.01 SUBMITTALS A. This Section outlines in general the items that the Contractor must prepare or assemble for submittal during the progress of the work. Costs for the work under this Section shall be included in the appropriate items of the Contractor's bid prices. There is no attempt herein to state in detail all of the procedures and requirements for each submittal. The Contractor's attention is directed to the individual Specification sections in these Contract Documents which may contain additional and special submittal requirements. The Owner reserves the right to direct and modify the procedures and requirements for submittals as necessary to accomplish the specific purpose of each submittal. Should the Contractor be in doubt as to the procedure, purpose, or extent of any submittal, he should direct his inquiry to the Engineer. 1.02 ADMINISTRATIVE SUBMITTALS A. The Contractor shall provide all of the submittals required by the General Conditions, Supplementary Conditions, and as may be specifically required in other parts of these Documents. B. The Contractor is reminded of his obligation as required by law to make required submittals promptly to the applicable Federal, state, or local agency. Failure to comply with this requirement may result in the withholding or progress payments and make the Contractor liable for other prescribed action and sanctions. PART 2 TECHNICAL SUBMITTALS 2.01 GENERAL A. Requirements in this Section are in addition to any specific requirements for submittals specified in other Divisions and Sections of these Contract Documents. B. Submittals to the Engineer shall be addressed to: McClelland Consulting Engineers, Inc.; Attn: Mr. Robert White, P.O. Box 1229, Fayetteville, Arkansas 72702. C. Submitted data shall be fully sufficient in detail for determination of compliance with the Contract Documents. D. Review, acceptance, or approval of substitutions, schedules, shop drawings, lists of materials, and procedures submitted or requested by the Contractor shall not add to the Contract amount, and all additional costs which may result therefrom shall be solely the obligation of the Contractor. FY042I50 Canterbury Road Tank Section 01300 -1 E. The Owner is not precluded, by virtue of review, acceptance, or approval, from obtaining a credit for construction savings resulting from allowed concessions in the work or materials therefore. F. It shall not be the responsibility of the Owner to provide engineering or other services to protect the Contractor from additional costs accruing from such approvals. G. No equipment or material for which listings, drawings, or descriptive material is required shall be fabricated, purchased, or installed until the Engineer has on hand copies of such approved lists and the appropriately stamped final shop drawings. H. Submittals will be acted upon by the Engineer as promptly as possible, and returned to the Contractor not later than the time allowed for review in SHOP DRAWING SUBMITTAL PROCEDURE. Delays caused by the need for resubmittals shall not constitute reason for an extension of Contract time. 2.02 SHOP DRAWING SUBMITTAL PROCEDURE A. See General and Supplemental Conditions. 2.03 TRANSMITTAL OF CONTRACTOR'S SUBMITTAL FORM A. Each shop drawing submittal shall be accomplished by a Transmittal of Contractor's Submittal form. The form shall be completely filled in with all applicable information; failure to do so shall result in immediate rejection of the submitted items. 2.04 SHOP DRAWING REQUIREMENTS A. Shop drawings referred to herein shall include shop drawings and other submittals for both shop and field -fabricated items. The Contractor shall submit, as applicable, the following for all prefabricated or manufactured structural, mechanical, electrical, plumbing, process systems, and equipment: 1. GENERAL a. Shop drawings or equipment drawings, including dimensions, size and location of connections to other work, and weight of equipment. b. Catalog information and cuts. c. Installation or placing drawings for equipment, drives, and bases. d. Supporting calculations for equipment and associated supports, or hangers required or specified to be designed by equipment manufacturers. e. Complete manufacturer's specifications, including materials description and paint system. f Performance data. FY042150 Canterbury Road Tank Section 01300 -2 g. Suggested spare parts list with current price information. h. List of special tools required for checking, testing, parts replacement, and maintenance. (Special tools are those which have been specially designed or adapted for use on parts of the equipment, and which are not customarily and routinely carried by maintenance mechanics.) i. List of special tools furnished with the equipment. List of materials and supplies required for the equipment prior to, and during start-up. k. List of materials and supplied furnished with the equipment. 1. Samples of finish colors for selection. m. Special handling instructions. n. Requirements for storage and protection prior to installation. o. Requirements for routine maintenance required prior to start-up. 2.05 SUBMITTALS REQUIRED FOR FOREIGN -MANUFACTURED ITEMS A. In addition to the submittal requirements stated above, suppliers of foreign -manufactured items shall submit the names and addresses of companies within the United States that maintain technical service representatives and complete inventory of spare parts and accessories for each foreign -made item proposed for incorporation into the work. Failure to prove the foregoing capabilities shall be just cause for rejection of the foreign -manufactured items. 2.06 RECORD DRAWINGS A. The Engineer will prepare a set of Record Drawings for the project which will include the changes made in materials, equipment, locations, and dimensions of the work. Two weeks prior to Final Inspection, the Contractor shall submit to the Engineer a current listing and description including marked -up prints of each change incorporated into the work since the preceding submittal. 2.07 SUBMITTAL OF INTERFACE INFORMATION (CONNECTION AND CORRELATION WITH OTHER WORK) A. Where called for on the Specifications, and as determined necessary by the Engineer to provide proper correlation with other equipment, complete interface information shall be submitted. This interface information shall be accurate, and contain all information necessary to allow the completion of detail design and construction of the interfacing or connecting work. The Contractor shall include in his negotiation for subcontract work, such agreements as may be necessary to ensure the accuracy of subcontractor's interface submittal information. In the event additional costs are incurred due to subsequent changes to information given in said interface information, such additional costs shall be borne by the Contractor. FY042150 Canterbury Road Tank Section 01300 -3 2.08 SAMPLES AND TEST SPECIMENS A. Where required in the Specifications, test specimens or samples of materials, appliances, and fittings to be used or offered for use in connection with the Work shall be submitted to the Engineer at the Contractor's expense, with information as to their sources, with all cartage charges prepaid, and in such quantities and sizes as may be required for proper examination and tests to establish the quality or equality thereof, as applicable. B. All samples and test specimens shall be submitted in ample time to enable the Engineer to make any tests or examinations necessary without delay to the work. The Contractor will be held responsible for any loss of time due to his neglect or failure to deliver the required samples to the Engineer, as specified. C. The Contractor shall submit additional samples as required by the Engineer to ensure equality with the original approved sample and/or for determination of Specification compliance. D. Laboratory tests and examinations that the Owner elects to make at its own laboratory will be made at no cost to the Contractor, except that, if a sample of any material or equipment proposed for use by the Contractor fails to meet the Specifications, the cost of testing subsequent samples shall be borne by the Contractor. E. All tests required by the Specifications to be performed by an independent laboratory shall be made by an approved laboratory. Certified test results of all specified tests shall be submitted in duplicate to the Engineer. The samples furnished and the cost for the laboratory services shall be at the expense of the Contractor and included in the prices bid for the associated work. 2.09 CERTIFICATES OF COMPLIANCE A. A Certificate of Compliance shall be furnished for materials specified to a recognized standard or code prior to the use of any such materials in the work. The Engineer may permit the use of certain materials or assemblies prior to sampling and testing if accompanied by a Certificate of Compliance. The certificate shall be signed by the manufacturer of the material or the manufacturer of assembled materials and shall state that the materials involved comply in all respects with the requirements of the Specifications. A Certificate of Compliance shall be furnished with each lot of material delivered to the work and the lot so certified shall be clearly identified in the certificate. B. All materials used on the basis of a Certificate of Compliance may be sampled and tested at any time. The fact that material is used on the basis of a Certificate of Compliance shall not relieve the Contractor of responsibility for incorporating material in the work which conforms to the requirements of the Contract Documents and any such material not conforming to such requirements will be subject to rejection whether in place or not. C. The Engineer reserves the right to refuse permission for use as material on the basis of a Certificate of Compliance. FY042150 Canterbury Road Tank Section 01300 -4 D. The form of the Certificate of Compliance and its disposition shall be as directed by the Engineer. E. Where Certification of Compliance is required in the Technical Specifications, the Contractor shall obtain from the supplier/manufacturer a certification stating that the particular piece of equipment or system will satisfy all requirements stated in the related Specification Section(s). 2.10 PAYMENT A. Payment for the work in this Section will be included as part of the applicable bid amounts stated in the proposal. Not Used. END OF SECTION FY042150 Canterbury Road Tank Section 01300 -5 • SECTION 01311 SCHEDULE AND SEQUENCE OF OPERATIONS PART1 GENERAL 1.01 CONSTRUCTION SCHEDULE GENERAL PROVISIONS A. No work shall be done between 6:00 P.M. and 7:00 A.M. nor on Saturdays, Sundays or legal holidays without the written permission of the Engineer. However, emergency work during these hours may be done without prior permission. 1.02 SEQUENCE OF CONSTRUCTION A. The Contractor shall submit a diagram or chart indicating the construction sequencing and duration of each construction activity. 1.03 OVERALL SCHEDULE A. Immediately after opening bids, the low bidder will prepare a detailed schedule showing the sequence of work items to be accomplished. B. Schedule to be comprised of construction operations covering Work in connection with this Contract and shown in sufficient detail and with a minimum of work activi- ties. Final total number of activities is subject to approval of Engineer. Work Activity: Activity for which manpower is required and must be performed before the Project is considered complete. PART 2 PROGRESS OF THE WORK 2.01 GENERAL A. The work shall be started within 10 days of the Notice to Proceed from the Owner, and the work shall be executed with such progress as may be required to prevent any delay to other contractors who may be working on other utilities in this vicinity, or to the general completion of the project. B. The work shall be executed at such times and in or on such parts of the project, and with such forces, materials, and equipment to assure completion of the work in the time established by the Contract. 2.02 OVERTIME NOTICE A. See GENERAL CONDITIONS and SUPPLEMENTAL CONDITIONS. FY042150 Canterbury Road Tank Section 01311-1 0 2.03 PRECONSTRUCTION AND PROJECT COORDINATION MEETINGS A. A Preconstruction Conference and Project Coordination Meetings shall be held per the requirements of Section 01210 of these Specifications. 2.04 OVERALL SCHEDULE A. The Contractor will be required to prepare and submit to the Engineer within 30 days after the award of Contract, an Overall Schedule. The Overall Schedule shall be comprised of construction operations covering all work to be done in connection with the Contract. B. The Overall Schedule covering work to be executed under the Contract shall be of sufficient detail and shall have a minimum of work activities. The final total number of activities shall be subject to the approval of the Engineer. A work activity is defined as an activity for which manpower is required and must be performed before the project is considered complete. C. The Overall Schedule shall indicate the sequence of work and the time of starting and completion of each part. It shall include, but not be limited to, the following items, as they pertain to the respective contractors: Shop drawing receipt from Contractor, submitted to the Engineer, review, and return to Contractor. 2. Material and equipment order, manufacture, delivery, installation, and check-out. Site work, excavation, embankment and retaining wall construction. 4. Tank construction and painting. 5. Piping and materials installation and surface restoration. 6. Performance tests and supervisory service activities. Leak testing and disinfection of the tank. Pressure testing and disinfection of the piping. 9. Site paving and fencing. 10. Final cleaning. 11. Allowance for inclement weather. 2.05 PAYMENT A. No separate payment shall be made for work under this Section. FY042150 Canterbury Road Tank Section 01311-2 L PART 3 EXECUTION Not Used. END OF SECTION FY042150 Canterbury Road Tank Section 01311-3 C SECTION 01325 CONSTRUCTION PHOTOGRAPHS PART1 GENERAL 1.01 SUMMARY A. This Section specifies administrative and procedural requirements for construction photographs. 1.02 SUBMITTALS A. Submit photographs, tapes, films and electronic media as specified in Section 01300- Submittals and in Part 3 of this Section. 1.03 QUALITY ASSURANCE A. Photographs may be taken by Contractor personnel provided the photographs are of sufficient quality, clarity, and content to adequately indicate the status and detail of the Work. If the quality and detail of the photographs taken by Contractor personnel is not adequate to clearly show the condition of the Work, the Contractor shall retain the services of a qualified and established commercial photographer experienced in construction photography. The Owner will make the final determination of the adequacy of the photographs. B. Audiovisual tapes or digital recordings may be taken by Contractor personnel provided they are of sufficient quality, clarity, and content to adequately and clearly indicate the status and detail of the Work as well as conditions before and after the construction activities. If the quality and detail of the recordings is not adequate to clearly show the condition and detail of the Work as well as conditions before and after the construction activities, Contractor shall retain the services of an established professional electrographer experienced in the production of color audio/video tape documentation of the construction industry. The Owner will make the final determination of the adequacy of the tapes and recordings. PART 2 PRODUCTS 2.01 PHOTOGRAPHIC REQUIREMENTS A. Specified in Part 3, this Section FY042150 Canterbury Road Tank Section 01325-1 0 0 PART 3 EXECUTION 3.01 SITE PHOTOGRAPHS A. Contractor shall be responsible for photographs of the Site to show the existing conditions. Engineer will advise as to which views are of interest. Photographs shall be taken of the following areas and at the following times: Existing Site conditions before construction is started. Number of views shall be adequate to cover the entire project alignment and all areas that will be disturbed. Photographs should be taken at a maximum of 100 feet interval along the alignment in the back and forward direction. Additional photographs shall be taken of items such as cracked or broken curbs, pavement, or sidewalks, plugged culverts in driveways, condition of shrubs or lawns, or other problems along the construction route that may need to be more clearly shown and recorded. 2. Finished Project after completion of Work. Number of views shall be adequate to show the entire alignment and all restored areas. B. Construction photographs may be either photographic prints or digital images. C. Photographic Prints: 1. All prints shall be color, smooth glossy finish, 5" x 7" in size taken with full frame 35 mm camera, and inserted into archival quality polypropylene photographic binder pages punched for insertion into a standard 3 -ring binder. Provide binders identified by Contract name and Contract number. D. Digital Images: 1. Submit a complete set of digital image electronic files with each submittal of photographic prints. a. Provide images in JPEG format, with minimum sensor size of 3.1 megapixels. b. Submit images that have same aspect ratio as the sensor, uncropped. FY042150 Canterbury Road Tank Section 01325-2 E. Print Negatives: 1. Negatives for 5" x 7" prints shall be protected by roll in negative sleeves. Negative sleeves shall be identified with Contract name and Contract number, date of exposure, roll number, or other general identifying information, and name of Contractor. F. Identification: 1. Identify each photographic print on the reverse side with a label which contains the Contract name and Contract number, date of exposure, and description of view. Prints shall also bear the photographer's name or trademark. 2. Identify electronic media with date digital photographs were taken. Provide a separate reference document which contains the Contract name and Contract number, date of exposure, and description of each referenced view. G. Provide two prints of each view. H. Deliver prints and electronic media files to Engineer. I. Deliver photographic negatives to Engineer. 3.02 AUDIO/VIDEO TAPE RECORDINGS A. Audio/ video recordings shall be made along the entire construction route showing the condition of the Site or terrain previous to any alterations by Contractor and before disturbing of the Site is started. Existing utilities shall be marked and construction staking shall be in place before taping begins. A second audio/ video recording shall be produced after completion of all construction operations, showing the same view or views as close as possible, to illustrate "before" and "after" conditions. This is the responsibility of Contractor. Three days notice shall be given to Engineer, and Owner prior to this Work to allow them to accompany electrographer. B. The principal reason for producing video tapes is so that items such as cracked or broken curbs, pavement, or sidewalks; plugged culverts in driveways; condition of shrubs or lawns or other problems along the construction route may be more clearly shown and recorded. This will to some degree preclude the possibility of post construction litigation with property owners adjacent to the Work. C. All required equipment, accessories, materials, and labor for the timely production of this documentation shall be arranged/ furnished through Contractor. FY042150 Canterbury Road Tank Section 01325-3 1. The audio/ video system camera -recorder used by the electrographer shall have the following capabilities and features: a. VHS format for use with T-120 video tapes. b. Playback capability (in the field) with a BIW viewfinder built-in. c. Built-in microphone. d. 6:1 zoon lens ratio with automatic focusing system and automatic iris. e. Electronic CCD or MOS image sensing system. f. Minimum Required Illumination: 7 lux or less. g. Television System Video ETA: 525 lines, 60 fields NTSC color signal. h. Video Horizontal Resolution: Color, more than 250 TV lines. Geometric Distortion shall not exceed 1.5 percent of picture height at any point in picture area. 2. The audio/ video system shall be capable of producing bright, sharp, clear visual images which render accurate colors free from imperfections and distortions that might obscure recorded information during playback. The simultaneous audio record shall be made directly onto the original tapes, and shall record narration of the electrographer clearly and audibly, with adequate volume, free from unnecessary interruptions and distortions that might eliminate recorded information during playback. D. Zone of Influence: Unless otherwise indicated by Engineer or Owner, the "Zone of Influence" which might be affected by the construction operations and, therefore, shall be documented in these tape recordings, shall be whichever of the following includes the greatest area. All areas within the temporary construction right-of-ways and grading limits, as indicated on the Contract Drawings. 2. The permanent easement for the completed improvements, as indicated on the Contract Drawings. FY042150 Canterbury Road Tank Section 01325-4 3. All areas within 35 feet of the proposed improvements with an additional 20 feet of supplemental coverage in residential areas. 4. All areas within the Project Site. E. Off Site Zone of Influence: In additional to the construction area "Zone of Influence" as defined in Paragraph D., above, the Contractor shall also audio/video tape the entire route along the City Streets from Highway 265 (Crossover Road) up to and including the intersection of Canterbury Road and Boston Mountain View, just south of the tank access driveway. Streets to be taped include Lovers Lane and Canterbury Road, including their intersections with Highway 265 and Boston Mountain View. The purpose of this tape is to document the before and after condition of these streets and intersections. The existing streets have some deficiencies currently. Interconnecting water mains, to be constructed under Contract Section II, will be constructed along parts of these streets. The Contract Section II contractor will also be completing before and after audio/video tapes of his project's zone of influence. Audio/ Video Tape Production Procedures: 1. It is required that the audio/ video tape recordings be produced while actually walking the construction route or site- NOT through the use of wheeled vehicles. 2. All video tape recordings shall display digital information continuously; this information shall include the current time and date, showing the month, day, and year. This information shall be audibly acknowledged by the electrographer at appropriate times during recording sequences. 3. Each recording tape shall begin with a visual of the professional electrographer's name or business trademark, followed by the current date and time on digital display, plus audible (and visual, if possible) indication of Contract name and numbers, municipality, name of Contractor, and other pertinent information. Thereafter, each recording sequence shall begin with the current time and date, followed by the location of the electrographer, direction of view, and description of the scene being recorded. Continuous updates of this information, plus other pertinent comments, shall be given throughout the recording sequence. Such audio and video records shall include, but not be limited to, conditions of existing pavement, curbs, sidewalks, driveways, culverts, headwalls, retaining walls, ditches, roadways, mailboxes, fences, trees, shrubs FY042150 Canterbury Road Tank Section 01325-5 and landscaping, major structural conditions of residences and commercial buildings, fences, signs, headwalls, general terrain, and similar items. Particular and detailed attention shall be given to any defects noted, such as cracks, disturbed areas, damaged areas, or as may be required by Engineer. Excavation areas shall be physically marked with high -visibility fluorescent paint prior to videotaping. The markings shall include the job number and stationing. 4. Representatives of Engineer and Contractor shall accompany the electrographer during recording sessions, to assist with location of the alignment and areas of construction activity, and identification of items and conditions to be recorded. A log sheet showing the recording sequences shall be maintained and shall list the start and stop time/ date for each sequence, plus a brief description of the areas documented. The end of each recording tape shall include a visual record of the original log sheet to preserve this information in the event of loss or damage. 5. All recordings shall be completed during periods of adequate lighting and visibility. Sufficient lighting must be available to provide proper illumination of shadowed areas, and proper exposure adjustments shall be made where required. No taping shall be completed during precipitation, mist, fog, or when more than 10% of the ground surface has snow cover. 6. Houses and buildings shall be identified visually by house number, when visible, in such a manner that structures of the proposed system, i.e., manholes on a sewer system and hydrants on a water system, may be located by reference. 7. Original audio/ video tape recordings shall be furnished to Owner and a copy furnished to Engineer before the start of any construction. One copy shall be retained by Contractor. 8. Any portion of the videotape recording not conforming to the Specifications will be rejected. 9. Any taped coverage not acceptable to Owner shall be refilmed at no additional cost to Owner within five (5) days after notification of taping inadequacy. FY042150 Canterbury Road Tank Section 01325-6 G. Ownership and Authenticity of Original Tapes: 1. All original audio/ video tape recordings shall become the property of Owner, plus one duplicate of each shall be provided to Engineer. Each tape shall be provided in a protective sleeve or case, identified as to Contract name and number, production date of original recording, name of Contractor, and electrographer's name or trademark. A legible copy of the log shall be included. 2. The electrographer shall also furnish a notarized affidavit, attesting to the production of the original audio/ video tapes, and their authenticity. 3.03 ADDITIONAL PHOTOGRAPHS A. From time to time Engineer may issue requests for additional photographs, in addition to periodic photographs specified. Additional photographs will be paid for by Change Order, and are not included in the Contract Price or an Allowance. 1. Engineer will give the photographer 3 days' notice, where feasible. 2. In emergency situations, the photographer shall take additional photographs within 24 hours of Engineer's request. 3. Circumstances that could require additional photographs include, but are not limited to: a. Substantial Completion of a major phase or component of Work. b. Owner's request for special publicity photographs. c. Special events planned at Project Site. d. Immediate follow-up when on -site events result in construction damage or losses. e. Photographs to be taken at fabrication locations away from Project Site. f. Extra record photographs at time of final acceptance. FY042150 Canterbury Road Tank Section 01325-7 0 3.04 PAYMENT A. Payment for site photographs and audio/ video tape recordings shall be made at the applicable lump sum bid amounts in the Proposal. Payment for "before" photographs and tapes shall be made at 50 percent of the bid price upon receipt by the Owner of an acceptable set of photographs and tapes. The balance of this payment item shall be made at project completion, upon receipt by the Owner of an acceptable set of "after" photographs and tapes. END OF SECTION FY042150 Canterbury Road Tank Section 01325-8 C1 SECTION 01400 QUALITY CONTROL PART1 GENERAL 1.01 REQUIREMENTS INCLUDED A. General Quality Control. B. Workmanship. C. Manufacturer's Instructions. D. Manufacturer's Certificates. E. Mockups. F. Manufacturers' Field Services. G. Testing Laboratory Services. 1.02 RELATED REQUIREMENTS A. Section 01300- Submittals: Submittal of Manufacturer's Instructions. B. Section 02200: Tests required for earthwork. C. Section 03300: Tests required for concrete. 1.03 QUALITY CONTROL, GENERAL A. Maintain quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce work of specified quality. 1.04 WORKMANSHIP A. Comply with industry standards except when more restrictive tolerances or specified requirements indicate more rigid standards or more precise workmanship. B. Perform work by persons qualified to produce workmanship of specified quality. C. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, and racking. 1.05 MANUFACTURERS' INSTRUCTIONS A. Comply with instructions in full detail, including each step in sequence. Should instructions conflict with Contract Documents, request clarification from Engineer before proceeding. FY042150 Canterbury Road Tank Section 01400-1 1.06 MANUFACTURERS' CERTIFICATES A. When required by individual Specifications Section, submit manufacturer's certificate, in duplicate, that products meet or exceed specified requirements. 1.07 MOCKUPS Not used. 1.08 MANUFACTURERSFIELD SERVICES A. When specified in respective Specification Sections, require supplier or manufacturer to provide qualified personnel to observe field conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust and balance of equipment as applicable, and to make appropriate recommendations. B. Representative shall submit written report to Engineer listing observations and recommendations. 1.09 TESTING LABORATORY SERVICES A. 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. 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. 1. 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. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION FY042150 Canterbury Road Tank Section 01400-2 0 SECTION 01500 TEMPORARY CONSTRUCTION FACILITIES AND UTILITIES PARTI GENERAL 1.01 LAYOUT OF TEMPORARY FACILITIES A. The Contractor shall make his own arrangements for storage of materials and equipment in locations on and off the construction site. Security of the construction work, materials, and equipment is the sole responsibility of the Contractor. 1.02 STORAGE BUILDINGS A. The Contractor shall erect or provide as approved, temporary storage buildings of the various sizes as required for the protection of mechanical and electrical equipment and materials as recommended by manufacturers of such equipment and materials. The buildings shall be provided with such environmental control systems that meet recommendations of manufacturers of all equipment and materials stored in the buildings. The buildings shall be of sufficient size and so arranged or partitioned to provide security for their contents and provide ready access for inspection and inventory. At or near the completion of the work, and as directed by the Engineer, the temporary storage buildings shall be dismantled, removed from the site, and remain the property of the Contractor. B. Combustible materials (paints, solvents, fuels, etc.) shall be stored in a well -ventilated building removed from other buildings. 1.03 STORAGE YARDS A. The Contractor shall construct temporary storage yards for the storage of materials that are not subject to damage by weather conditions. Materials .such as pipe, reinforcing and structural steel, shall be stored on pallets or racks, off the ground, and stored in a manner to allow ready access for inspection and inventory. Temporary gravel surfacing of the storage yards shall meet with the approval of the Engineer and Owner. Storage areas shall be restored to their initial condition once they are no longer needed. 1.04 CONTRACTOR'S WORK AREA A. The Contractor shall limit his operations and storage of equipment materials to the areas authorized by individual property owners and approved by the Engineer and Owner. B. The Contractor shall maintain the area during construction in a manner that will not obstruct operations of any existing roads. He shall proceed with his work in an orderly manner, maintaining the construction site free of debris and unnecessary equipment or materials. FY042150 Canterbury Road Tank Section 01500 - I 1.05 TEMPORARY ACCESS ROADS AND PARKING A. The Contractor shall construct temporary construction access roads, parking areas, and detours as are required to execute the work. The roads shall meet with the approval of the Engineer, and be maintained in good condition until no longer needed; at which time the temporary roads shall be removed and the area left in a condition satisfactory to the property owner and Engineer. 1.06 TEMPORARY WATER CONTROL A. Rough grade site to prevent standing water and to direct surface drainage away from excavations, trenches, adjoining properties, and public rights -of -way. B. Maintain excavations and trenches free of water. Provide and operate pumping equipment of a capacity to control water flow. C. Provide piping to handle pumping outflow to discharge in a manner to avoid erosion or deposit of silt. D. Remove equipment and installation when no longer needed PART 2 UTILITIES 2.01 CODES AND SAFETY A. The Contractor shall be responsible for obtaining inspections and paying for permits required for the installation of all temporary utilities. Also, the Contractor shall be solely responsible for the safe use/operation of all temporary utilities. 2.02 SANITARY FACILITIES A. The Contractor shall provide and maintain sanitary facilities for his employees and his subcontractors' employees that will comply with the regulations of the local and State health departments and as directed by the Engineer. 2.03 TEMPORARY WATER A. The Owner will provide a place of temporary connection for water near the site if the Contractor desires and if it can be determined that the Contractor's usage will not interfere with the Owner's normal requirements. The Contractor shall provide all temporary piping required to bring the water to the point of use and remove it when no longer needed. The Contractor shall make a conscientious effort to conserve water in his uses. B. The Contractor will provide required pumps, pressure tanks, etc. ifnecessary to boost pressure at his points of usage. FY042150 Canterbury Road Tank Section 01500-2 0 2.04 2.05 2.06 2.07 WATER FOR TESTING A. The Owner shall provide the necessary water required for testing the tank and water lines prior to acceptance of the work, unless otherwise specifically stated in the Specifications for the equipment, system, or facility. B. In the event that the tank or the water lines leak, requiring refilling and retesting, the Contractor shall pay for the water required for second and subsequent filling and testing. Payment will be made in accordance with the City's water rates. PROTECTION OF THE FINISHED CONSTRUCTION A. The Contractor shall assume the responsibility for the protection of all finished construction and shall repair and restore any and all damage to finished work to its original or better state. REMOVAL OF TEMPORARY FACILITIES AND UTILITIES A. At such time or times any temporary construction facilities and utilities are no longer required for the work, the Contractor shall notify the Engineer of his intent and schedule for removal of the temporary facilities and utilities, and obtain the Engineer's approval before removing the same. As approved, the Contractor shall remove the temporary facilities and utilities from the site as his property and leave the site in such condition as specified, as directed by the Engineer, and/or as shown on the Drawings. B. In unfinished areas, the condition of the site shall be left in a condition that will restore original drainage, evenly graded, seeded as necessary, and left with an appearance equal to, or better than, original. PAYMENT A. Payment for the work under this Section will be included as part of the applicable bid amounts stated in the Proposal. PART 3 EXECUTION Not Used. END OF SECTION FY042150 Canterbury Road Tank Section 01500-3 S SECTION 01600 MATERIAL AND EQUIPMENT SHIPMENT, HANDLING, STORAGE, AND PROTECTION PARTI GENERAL 1.01 REQUIREMENTS INCLUDED A. Products. B. Transportation and Handling. C. Storage and Protection. D. Product Options. E. Products List. F. Substitutions. G. Systems Demonstration. 1.02 RELATED REQUIREMENTS A. Section 01009- Administrative Provisions: Summary of Work B. Section 01400 - Quality Control: Submittal of manufacturers' certificates. 1.03 PRODUCTS A. Products include material, equipment, and systems. B. Comply with Specifications and referenced standards as minimum requirements. C. Components required to be supplied in quantity within a Specification Section shall be the same, and shall be interchangeable. D. Do not use materials and equipment removed from existing structure. 1.04 TRANSPORTATION AND HANDLING A. Transport products by methods to avoid product damage; deliver in undamaged condition in manufacturer's unopened containers or packaging, dry. B. Provide equipment and personnel to handle products by methods to prevent soiling or damage. C. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. FY042150 Canterbury Road Tank Section 01600-1 • 9 1.05 1.06 1.07 1.08 STORAGE AND PROTECTION A. Store products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight enclosures; maintain within temperature and humidity ranges required by manufacturer's instructions. B. For exterior storage of fabricated products, place on sloped supports above ground. Cover products subject to deterioration with impervious sheet covering; provide ventilation to avoid condensation. C. Store loose granular materials on solid surfaces in a well -drained area; prevent mixing with foreign matter. D. Arrange storage to provide access for inspection. Periodically inspect to assure products are undamaged, and are maintained under required conditions. PRODUCT OPTIONS A. Not Used. PRODUCTS LIST A. Not Used. SUBSTITUTIONS A. Document each request for substitution with complete data substantiating compliance of proposed substitution with Contract Documents. B. Request constitutes a representation that Contractor: Has investigated proposed product and determined that it meets or exceeds, in all respects, specified product. 2. Will provide the same warranty for substitution as for specified product. 3. Will coordinate installation and make other changes which may be required for Work to be complete in all respects. 4. Waives claims for additional costs which may subsequently become apparent. C. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals without separate written request, or when acceptance will require substantial revision of Contract Documents, or when said substitution will not result in significant cost savings to the Owner, or result in some material advantage being gained by the Owner. D. Engineer will determine acceptability of proposed substitution, and will notify Contractor of acceptance or rejection in writing within a reasonable time following the opening of Bids. FY042150 Canterbury Road Tank Section 01600-2 S E. Only one request for substitution will be considered for each product. When substitution is not accepted, provide specified product. 1.09 SYSTEMS DEMONSTRATION A. Prior to final inspection, demonstrate operation of each system to Engineer and Owner. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION FY042150 Canterbury Road Tank Section 01600-3 SECTION 01700 CONTRACT CLOSEOUT PARTI GENERAL 1.01 SCOPE A. This Section outlines the procedure to be followed in closing out all contracts. 1.02 SUBSTANTIAL COMPLETION A. The substantial completion date for the Contract shall be established as stated in the General Conditions. 1.03 FINAL INSPECTION A. After final cleaning and upon written notice from the Contractor that the work is completed, the Engineer will make a preliminary inspection with the Owner and Contractor present. Upon completion of this preliminary inspection, the Engineer will notify the Contractor, in writing, of any particulars in which this inspection reveals that the work is defective or incomplete. B. Upon receiving written notice from the Engineer, the Contractor shall immediately undertake the work required to remedy defects and complete the work to the satisfaction of the Owner. C. When the Contractor has corrected or completed the items as listed in the Engineer's written notice, he shall inform the Engineer, in writing, that the required work has been completed. Upon receipt of this notice, the Engineer, in the presence of the Owner and Contractor, shall make his final inspection of the project. D. Should the Engineer find all work satisfactory at the time of his inspection, the Contractor will be allowed to make application for final payment in accordance with the provisions of the General Conditions. Should the Engineer still find deficiencies in the work, the Engineer will inform the Contractor of the deficiencies and will deny the Contractor's request for final payment until such time as the Contractor has satisfactorily completed the required work. E. All water courses, gutters, and ditches shall be opened and left in a condition satisfactory to the Engineer. 1.04 FINAL SUBMITTALS A. No contract will be finalized until all of the following have been submitted as required in Section 01300, SUBMITTALS DURING CONSTRUCTION. I. Final shop drawings 2. Record drawings 3. Interface information 4. Final photographs and audio/video tapes. FY042150 Canterbury Road Tank Section 01700 - I B. No contract will be finalized until all submittals required in Section 01720, PROJECT RECORD DOCUMENTS, have been submitted. 1.05 GUARANTEES, BONDS, AND AFFIDAVITS A. No contract will be finalized until all guarantees, performance tests, bonds, certificates, licenses, and affidavits required for work or equipment as specified are satisfactorily filed with the Owner. 1.06 ACCESSORY ITEMS A. All Contractors furnishing and/or installing equipment on this project shall provide to the Owner, upon acceptance of the equipment, all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to, adequate oil and grease as required for the first lubrication of the equipment, light bulbs, fuses, valve keys, handwheels, and other expendable items as required for initial startup and operation of all equipment. 1.07 RELEASE OF LIENS OR CLAIMS A. No contract will be finalized until satisfactory evidence of release of liens has been submitted to the Owner as required by the General Conditions. 1.08 FINAL PAYMENT A. Final payment will be made to the Contractor in accordance with the General Conditions. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION FY042150 Canterbury Road Tank Section 01700 - 2 SECTION 01710 CLEAN-UP PART! GENERAL 1.01 SCOPE A. This Section covers the work necessary for cleaning during construction and final cleaning on completion of the work. B. At all times maintain areas covered by the Contract and public and private properties free from accumulations of waste, debris, and rubbish caused by construction operations. C. Conduct cleaning and disposal operations to comply with local ordinances and anti -pollution laws. Do not burn or bury rubbish and waste materials on project site. Do not dispose of volatile wastes such as mineral spirits, oil, or paint thinner in storm or sanitary drains. Do no dispose of wastes into streams or waterways. D. Use only cleaning materials recommended by manufacturer of surface to be cleaned. E. Use cleaning materials only on surfaces recommended by cleaning material manufacturers. 1.02 CLEANING DURING CONSTRUCTION A. During execution of work, clean site and all properties (public and private) and dispose of waste materials, debris, and rubbish to assure that buildings, grounds, and properties are maintained free from accumulations of waste materials and rubbish. B. Wet down dry materials and rubbish to lay dust and prevent blowing dust. C. Provide approved containers for collection and disposal of waste materials, debris, and rubbish. D. Remove grease, dust, dirt, stains, labels, and other foreign materials from exposed and semi -exposed surfaces. E. Repair, patch, and touch up marred surfaces to specified finish to match adjacent surfaces. F. Broom clean paved surfaces, rake clean other surfaces or grounds. G. Handle materials in a controlled manner with as few handlings as possible; do not drop or throw materials from heights. H. Schedule cleaning operations so that dust and other contaminants resulting from cleaning process will not fall on wet, newly painted surfaces. FY042150 Canterbury Road Tank Section 01710 -1 1.03 FINAL CLEANING A. At the completion of work on all contracts and immediately prior to final inspection, cleaning of the entire project will be accomplished. B. Employ experienced workers, or professional cleaners, for final cleaning. C. Repair, patch, and touch up marred surfaces to specified finish, to match adjacent surfaces. D. Remove from the Owner's property all temporary structures and all materials, equipment, and appurtenances not required as a part of, or appurtenant to, the completed work. See Section 01500, TEMPORARY CONSTRUCTION FACILITIES AND UTILITIES. 1.04 PAYMENT A. Payment for the work in this Section will be included as part of the bid amounts stated in the Proposal. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION FY042150 Canterbury Road Tank Section 01710-2 SECTION 01720 PROJECT RECORD DOCUMENTS PARTI GENERAL 1.01 REQUIREMENTS INCLUDED A. Maintenance of Record Documents and Samples. B. Submittal of Record Documents and Samples. 1.02 RELATED REQUIREMENTS A. Document 00700 - General Conditions: Documents at the site. B. Section 01300 - Submittals: Shop drawings, product data, and samples. C. Section 01700 - Contract Closeout: Closeout procedures. D. Section 01700 - Contract Closeout: Operation and maintenance data. E. Individual Specifications Sections: Manufacturer's certificates and certificates of inspection. 1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES A. In addition to requirements in General Conditions, maintain at the site one record copy of: I. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. 6. Field test records. 7. Inspection certificates. 8. Manufacturer's certificates. B. Store Record Documents in Field Office apart from documents used for construction. Provide files, racks, and secure storage for Record Documents. FY042150 Canterbury Road Tank Section 01720 - I C. Label and file Record Documents in accordance with Section number listing in Table of Contents of this Project Manual. Label each document "PROJECT RECORD" in neat, large, printed letters. D. Maintain Record Documents in a clean, dry and legible condition. Do not use Record Documents for construction purposes. E. Keep Record Documents and samples available for inspection by Engineer. 1.04 RECORDING A. Record information on a set of blue line opaque drawings, and in a copy of a Project Manual. B. Provide felt tip marking pens, maintaining separate colors for each major system, for recording information. C. Record information concurrently with construction progress. Do not conceal any work until required information is recorded. D. Contract Drawings and Shop Drawings: Legibly mark each item to record actual construction, including: Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Changes made by Modifications. 4. Details not on original Contract Drawings. E. Specifications: Legibly mark each item to record actual construction, including: Manufacturer, trade name, and catalog number of each product actually installed, particularly optional items and substitute items. 2. Changes made by Addenda and Modifications. Other Documents: Maintain manufacturer's certifications, inspection certifications, field test records, etc., required by individual Specifications sections. 1.05 SUBMITTALS A. At Contract closeout, deliver Record Documents and samples under provisions of Section 01700. FY042150 Canterbury Road Tank Section 01720-2 B. Transmit with cover letter in duplicate, listing: Date. 2. Project title and number. Contractor's name, address, and telephone number. 4. Number and title of each Record Document. 5. Signature of Contractor or authorized representative. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION FY042150 Canterbury Road Tank Section 01720-3 SECTION 02102 CLEARING, GRUBBING, AND STRIPPING PARTI 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. FY042150 Canterbury Road Tank Section 02102 - I 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. FY042150 Canterbury Road Tank Section 02102-2 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 applicable lump sum amounts stated in the Proposal. PART 3 EXECUTION Not Used. END OF SECTION FY042150 Canterbury Road Tank Section 02102-3 SECTION 02150 STORM WATER POLLUTION PREVENTION PARTI GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract including GENERAL and SUPPLEMENTARY CONDITIONS, and other Division I Specifications Sections apply to the Work specified in this Section. 1.02 SCOPE A. This work shall consist of temporary erosion control measures needed to control erosion and water pollution, through the use of berms, sediment basins, sediment dams, fiber glass roving, silt fences, brush barriers, baled straw erosion checks, temporary flexible pipe slope drains and temporary seeding. B. Temporary erosion control measures shall be performed promptly when problem conditions exist or when potential problems are anticipated in certain areas in order to minimize soil erosion and siltation. The temporary erosion control measures shall be properly maintained until permanent erosion control features are functioning properly. C. The Contractor shall comply with all Federal, State and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds and reservoirs with fuel, oils, bitumens, chemicals, soil sedimentation or other harmful materials and to prevent pollution of the atmosphere from particulate gaseous matter. 1.03 RELATED WORK SPECIFIED IN OTHER SECTIONS A. Section 02102 - Clearing, Grubbing and Stripping B. Section 02200 - Earthwork, Trench Excavation and Backfill. 1.04 QUALITY CONTROL A. At the Preconstruction Conference or prior to the start of the applicable construction, the Contractor shall submit, to the Owner and Engineer, his schedule for the accomplishment of temporary and permanent erosion control work as is applicable for clearing, grubbing, trenching, and backfill. The location of the project, nature of the soil, topographic features and proximity to water courses shall be considered when imposing such limitations. FY042150 Canterbury Road Tank Section 02150-1 PART 2 MATERIALS 2.01 SEED AND FERTILIZER A. See Section 02485. 2.02 STRAW BALES A. Straw shall be the threshed plant residue of oats, wheat, barley, rye or rice from which the grain has been removed. 2.03 FENCE OR WIRE FABRIC A. The fence fabric shall be a commercial grade of woven wire fence fabric. The wire fabric shall be a welded wire fabric. 2.04 FILTER FABRIC A. Install filter fabric where necessary to control erosion. PART 3 EXECUTION 3.01 PERMITTING A. A Storm Water Pollution Prevention Plan is required since the area to be disturbed is more than one acre. B. The Storm Water Pollution Prevention Plan has been prepared and is included as an appendix to these Specifications. 3.02 EROSION CONTROL A. The Contractor shall schedule and conduct his operations in such a manner as to insure good erosion control practices so as to minimize soil erosion and prevent the contamination of and depositing of sediment in adjacent streams or other water courses, lakes, ponds, and other areas of water impoundment. Temporary erosion control measures which will contribute to the control of erosion and sedimentation shall be carried out in conjunction with clearing and grubbing and trenching operations. B. Permanent erosion control devices or measures shall consist of culvert pipe, terraces, gutters, bituminous curb, sectional drains, permanent slope drains, and the establishment of permanent vegetation (seeding), and when included in the contract they shall be incorporated in the construction with the least delay. Trenched area shall be seeded as the excavation proceeds to the extend considered by the Engineer as desirable or practicable. FY042150 Canterbury Road Tank Section 02150 - 2 C. The Contractor shall also conform to the following practices and controls: When the material is trenched erosion of the slopes shall be so controlled both during and after completion of the work that erosion will be minimized and sediment will not enter streams, wetlands or other bodies of water. Haul roads shall be located and constructed in a manner that will keep sediment from entering streams. 2. Pollutants such as fuels, lubricants, bitumens, raw sewage and other harmful materials shall not be discharged into or near rivers, streams or impoundments or into natural or man made channels leading thereto. Wash water or waste from concrete mixing operations shall not be allowed to enter live streams. All applicable regulations of agencies and statues relating to the prevention and abatement of pollution shall be complied within the performance of the contract. E. All temporary erosion and sediment control structures shall be constructed as required to control erosion. All temporary structures shall be maintained in proper operating condition during the construction period until the seeding and fertilizing operation has been completed and the grass has been established in accordance with Section 02485 of the Specifications. Temporary erosion and sediment control, structures shall be maintained throughout the Contractors contract period. The temporary structures shall be removed and the site cleaned up only after the end of construction activity and the seeding and fertilizing operations are complete and the grass has been established. 3.03 INSPECTION A. The Contractor shall appoint as necessary, a qualified person(s) to conduct regularly scheduled inspections during his contract. Inspections shall be conducted, with a minimum frequency of every fourteen (14) calendar days or within 24 hours following the end of at least a 0.5 inch (0 inch) rainfall event, whichever is earliest. During the inspection, the following areas (as a minimum) will be inspected: Disturbed Areas - All areas of disturbed soil i.e. bare soil with no ground cover shall be inspected for signs of washing and erosion. Material Storage Area - All central storage areas where materials/chemicals are stored for signs of spills, leaks and possible contamination. Erosion and Sediment Control Measures - Inspect all erosion and sediment control measures for signs of wear, damage, remaining capacity level, usefulness, etc. FY042150 Canterbury Road Tank Section 02150 - 3 4. Discharge Locations - Immediately following, and possibly during, a significant rainfall event, inspect all discharge locations to ascertain the effectiveness of the control measures. Entrance/Exit Locations - Inspect all exit points from the site. for evidence of vehicle tracking. The inspector shall complete an inspection form for each inspection performed. As a minimum, the inspection form shall contain the following information: o Name and location of project. o Name and title of the inspector. o Date and time of the inspection. o Scope of the inspection. o Major observations made during the inspection. o Actions taken as a result of the inspection. 3.04 MAINTENANCE OF ROADWAYS A. The existing paved roadways at and adjacent to the construction locations shall be maintained in a clean and passable condition by the Contractor. When required or as requested by the Owner, AHTD, or the Engineer, the Contractor shall broom or wash the existing paved roadways to remove excess mud or dirt at the construction area and for a reasonable length of the existing roadway beyond the construction area. The work shall not be paid for directly, but shall be considered incidental to the other items of work and the cost included as a part of the work. 3.05 PAYMENT A. Payment for the work in this Section will be included as part of the applicable lump sum amount stated in the Proposal. Monthly progress payments for erosion control work will be made based on the percentage of construction completed. END OF SECTION FY042150 Canterbury Road Tank Section 02150-4 C PART I 1.01 A. 1.02 SECTION 02200 EARTHWORK, TRENCH EXCAVATION AND BACKFILL GENERAL SCOPE This Section covers the work necessary for the earthwork, trenching and backfilling complete. 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 01300, SUBMITTALS DURING CONSTRUCTION, and the requirements of this section. B. Provide the following submittals: 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. FY042150 Canterbury Road Tank Section 02200-1 2.03 EARTH FILL A. Excavated material free from roots, organic matter, trash, debris, rocks larger than 3 inches, and other deleterious materials. Suitable material may be obtained by the Contractor from the excavation for the proposed pipelines. Provide imported material of equivalent quality, if required to accomplish the work. Imported material shall be provided at the Contractor's sole expense. 2.04 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'/< - 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. FY042150 Canterbury Road Tank Section 02200-2 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 tank and its associated water main and storm drain 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. FY042150 Canterbury Road Tank Section 02200-3 PART 3 EXECUTION 3.01 CLEARING, GRUBBING, AND STRIPPING A. Complete clearing and grubbing work as specified in Section 02102, CLEARING, GRUBBING, AND STRIPPING, prior to beginning work in this Section. 3.02 STRIPPING TOPSOIL A. Prior to beginning any excavation or fill, strip the topsoil to a depth of at least 6 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. FY042150 Canterbury Road Tank Section 02200-4 3.06 REMOVAL OF WATER A. Provide and operate equipment adequate to keep all excavations and trenches free of water. Remove all water during period when concrete is being deposited, when pipe is being laid, during the placing of backfill unless water settling is required, and at such other times as required for efficient and safe execution of the work. Removal of groundwater shall be accomplished in a manner that will preserve the strength of the foundation soils, will not cause instability of the excavation slopes, and will not result in damage to existing structures. 3.07 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. FY042150 Canterbury Road Tank Section 02200-5 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. 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. FY042150 Canterbury Road Tank Section 02200-6 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 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. FY042150 Canterbury Road Tank Section 02200-7 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 PAYMENT A. Payment for the work in this Section will be included as part of the unit price and lump sum bid amounts stated in the Proposal. B. Payment for trench excavation, GRANULAR PIPE BASE, GRANULAR PIPE ZONE MATERIAL and trench backfill for PVC or ductile iron pipe shall be included in the unit price of the pipe pay item. C. Payment for GRANULAR FILL (Class 7 Base) used for street and parking lot crossings, driveways and other authorized areas will be included in the lump sum price for pavement or pipe work, as applicable. D. No separate payment will be made for rock excavation. Include the cost of any anticipated rock excavation in the applicable lump sum bid amounts. E. No separate payment will be made for providing and installing GRANULAR PIPE BASE AND PIPE ZONE MATERIAL. Include the cost of this material in the lump sum price for pipe. F. No separate payment will be made for protecting, repairing and/or replacing existing culverts. END OF SECTION FY042150 Canterbury Road Tank Section 02200-8 SECTION 02218 LANDSCAPE GRADING PART I 1.01 A. B. 1.02 A. B. C. GENERAL WORK INCLUDED Finish grade subsoil. Place, level, and compact topsoil. RELATED WORK Section 01400 - Quality Control: Compaction requirements of backfill. Section 02200 - Rough Grading: Subsoil contouring. Section 02200 - Backfilling: Backfilling and compacting fill. D. Section 02200 - Trenching: Excavation, backfill, and compacting fill in trenches. E. Section 02485 - Finish ground cover. 1.03 PROTECTION A. Protect landscaping and other features remaining as final work. B. Protect existing structures, fences, roads, sidewalks, paving, and curbs. PART2 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. FY042150 Canterbury Road Tank Section 02218 - 1 0 3.02 A. B. 3.03 A. B. C. D. E. F. G. H. 3.04 A. 3.05 A. B. C. 3.06 A. SUBSOIL PREPARATION Eliminate uneven areas and low spots. Remove debris, roots, branches, stones in excess of 2 inches in size. Remove subsoil contaminated with petroleum products. 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. PLACING TOPSOIL Place topsoil in areas where seeding is scheduled. Use topsoil in relatively dry state. Place during dry weather. Fine grade topsoil eliminating rough or low areas. Maintain levels, profiles, and contours of subgrade. Remove stone, roots, grass, weeds, debris, and foreign material while spreading. Manually spread topsoil around plants and structures to prevent damage. Lightly compact placed topsoil. Remove surplus subsoil and topsoil from site. Leave stockpile area and site clean and raked, ready to receive grass seeding. TOLERANCES Top of Topsoil: Plus or minus 1 inch. SCHEDULE OF LOCATIONS The following paragraphs identify compacted topsoil thicknesses for various locations. Seeded Grass: 6 inches. Garden Areas: 18 inches. PAYMENT Payment for the work in this Section will be included as part of the applicable lump sum bid amounts listed in the Bid Schedule. END OF SECTION FY042150 Canterbury Road Tank c Section 02218-2 0 SECTION 02375 GEOTEXTILE PART! GENERAL 1.1 SUMMARY A. Install geotextile in accordance with this Section at locations indicated on the Drawings. B. Submit manufacturer's certification attesting that the geotextile meets the chemical, physical and manufacturing requirements stated in this specification C. Use no hooks, tongs, or other sharp instruments to handle geotextile. 1.2 RELATED SECTIONS A. Section 02200 - Site Preparation. 1.3 REFERENCES A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. I . American Society for Testing and Materials, 1916 Race Street, Philadelphia, Pennsylvania 19103: a. ASTM D 123: (1 996a) Standard Terminology Related to Textiles. b. ASTM D 4354: (1996) Sampling of Geosynthetics for Testing. c. ASTM D 4355: (1992) Deterioration of Geotextiles from Exposure to Ultraviolet Light and Water (Xenon -Arc Type Apparatus) d. ASTM D 4491: (1999) Water Permeability of Geotextiles by Permittivity. e. ASTM D 4533: (1991; R 1996) Trapezoid Tearing Strength of Geotextiles. f. ASTM D 4632: (1991; R 1996) Grab Breaking Load and Elongation of Geotextiles. g. ASTM D 4751: (1999) Determining Apparent Opening Size of a Geotextile. h. ASTM D 4833: (1988; R 1996) Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products. i. ASTM D 4873: (1997) Identification, Storage, and Handling of Geosynthetic Rolls. I. ASTM D 4884: (1996) Strength of Sewn or Thermally Bonded Seams of Geotextiles. FY042150 Canterbury Road Tank Section 02375 -1 PART II PRODUCTS 2.1 GEOTEXTILE A. C. Non -woven. Equal or exceed minimum average roll values listed below. Strength values indicated are for weaker principal direction. PROPERTY Grab Strength Seam Strength Puncture Trapezoid Tear Permeability Apparent Opening Size Permittivity Ultraviolet Degradation KESi 1 ia:37faVAltlf ItxiciIainII 175 lb. ASTM D 4632 175 lb. ASTM D 4632 75 lb. ASTM D 4833 60 lb. ASTM D 4533 0.4 cm/sec ASTM D 4491 120-80 U.S. Sieve ASTM D 4751 1.6 sec -1 ASTM D 4491 50% at 500 hours ASTM D 4355 Geotex 801, Fiberweb Typar 3601, or Mirafi, 180N, or approved equal. PART III EXECUTION 3.1 SURFACE PREPARATION A. Grade bottom and side slopes to dimensions indicated on the Drawings. B. Provide smooth surface. 3.2 GEOTEXTILE INSTALLATION A. Seam sheets at factory or other approved location to form sections not less than 25 feet wide. Seam strength shall be not less than 90 percent of required grab tensile strength of the unaged geotextile in any principal direction as tested in accordance with ASTM D 4884. B. Use sheets which are free of defects, rips, holes, flaws, deterioration, or damage incurred during manufacturer, transportation or storage. C. Place long dimension perpendicular to centerline of channel. D. Lay sheets smooth and free of tension, stress, folds, wrinkles, or creases. FY042150 Canterbury Road Tank Section 02375-2 0 • E. Begin placement at downstream end. F. Overlap joints a minimum of 24 inches. Top sheet of overlap to be on upstream side. G. Hold geotextile in position with temporary pins or by hand placing sand bags or stone on the surface. H. Protect geotextile from damage or contamination prior to and during placement of stone protection. Before placement of stone protection, demonstrate that the placement technique will not damage the geotextile. J. Replace geotextile that becomes damaged or contaminated at no additional expense to the Owner. END OF SECTION FY042150 Canterbury Road Tank Section 02375 - 3 SECTION 02376 GEOGRID PARTI GENERAL 1.1 SECTION INCLUDES A. Geosynthetic to provide reinforcement for the crushed stone base below mechanically stabilized earth wall retaining structures. B. Reinforced Wall Base Backfill. 1.2 RELATED SECTIONS A. Document 00300 - Information Available to Bidders: Geotechnical Report. B. Section 01400 — Quality Control. C. Section 02200 - Earthwork; Trench Excavation and Backfill. 1.3 REFERENCES A. American Association of State Highway and Transportation Officials (AASHTO) 1. AASHTO T289 - Determining pH of Soil for Use in Corrosion Test}ng. B. ASTM. International I. ASTM D 422 — Gradation of Soils. 2. ASTM D 424 — Atterberg Limits of Soils. 3. ASTM D 698 - Standard Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort. 4. ASTM D 2167 - Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method. 5. ASTM D 2922 - Standard Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). 6. ASTM D 3017 - Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). 7. ASTM D 4354 - Standard Practice of Sampling Geosynthetics for Testing. 8. ASTM D 4595 - Standard Test Method of Tensile Properties of Geotextiles by the Wide Width Strip Method. 9. ASTM D 4759 - Standard Practice for Determining the Specification Conformance of Geosynthetics. 10. ASTM D 5262 - Standard Test Method for Evaluating the Unconfined Tension Creep Behavior of Geosynthetics. FY042150 Canterbury Road Tank Section 02376-1 11. ASTM D 5818 - Standard Practice for Obtaining Samples of Geosynthetics from a Test Section for Assessment of Installation Damage. 12. ASTM D 6637 — Determining Tensile Properties of Geogrids by the Single or Multi -Rib Test Method. 13. ASTM D 6706 - Standard Test Method for Measuring Geosynthetic Pullout Resistance in Soil. 14. ASTM D 6992 - Standard Test Method for Accelerated Tensile Creep and Creep -Rupture of Geosynthetic Materials Based on Time -Temperature Superposition Using the Stepped Isothermal Method. C. Geosynthetic Research Institute (GRI) 1. GRI-GG7 - Carboxyl End Group Content of PET Yams. 2. GRI-GG8 - Determination of the Number Average Molecular Weight of PET Yarns Based on a Relative Viscosity Value. D. National Concrete Masonry Association (NCMA) I. NCMA TR127A — Design Manual for Segmental Retaining Walls. 2. NCMA TR160 — Segmental Retaining Walls — Seismic Design Manual. 3. NCMA TR204 — Drainage Manual for Segmental Retaining Walls. E. National Highway Institute (NHI) / Federal Highway Administration I . NHI-00-043 — Mechanically Stabilized Earth Walls and Reinforced Soil Slopes Design and Construction Guidelines. A. Submit tinder provisions of Section 01300. B. Manufacturer's certification that the reinforced soil system components meet the requirements of this specification and the structure design. C. Mill certification from the polyester fiber manufacturer certifying the molecular weight and carboxyl end group count as specified herein. D. Samples: Two samples of each component including: I. Geogrid: Nominal 6 inch by 10 inch (150 mm by 250 mm) of each type required. 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: System components manufactured by licensees or by companies approved and authorized by the component supplier. B. Installer Qualifications: Firm with documented experience of at least five projects of similar construction and scope. Include brief description of each project and name and phone number of owner's representative knowledgeable in each listed project. FY042150 Canterbury Road Tank Section 02376-2 C. Owner shall provide soil testing and quality assurance inspection during earthwork and slope construction operations. Installer shall provide any quality control testing or inspection not provided by the Owner. Owner's quality assurance program does not relieve the installer of responsibility for quality control and structure performance. D. Pre -Construction Meeting: Prior to construction of reinforced soil structures, conduct a meeting at the site with the material suppliers, reinforced soil structure installer, and the Contractor to review the reinforced soil structure requirements. Notify the Owner and the Engineer at least 3 days in advance of the time of the meeting. 1.6 DELIVERY, STORAGE. AND HANDLING A. Store products in manufacturer's unopened packaging until ready for installation. B. Prevent excessive mud, fluid concrete, epoxy, or other deleterious materials from coming in contact with system components. C. Polymeric Materials: During storage, geosynthetic rolls shall be elevated off the ground and adequately covered to protect them from the following: site construction damage, precipitation, extended ultraviolet radiation including sunlight, chemicals that are strong acids or strong bases, flames including welding sparks, excess temperatures, and any other environmental conditions that may damage the physical property values of the geosynthetic. D. Store and dispose of solvent -based materials, and materials used with solvent -based materials, in accordance with requirements of local authorities having jurisdiction. 1.7 PROJECT CONDITIONS A. Do not place or compact fill material during wet or freezing weather that prevents achievement of specified compaction requirements. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Geogrid: StrataGrid SG200: Strata Systems, Inc., 380 Dahlonega Road, Suite 200, Cumming, Georgia, 30040. Tel: (770) 888-6688, Toll Free: (800) 680-7750. Fax: (770) 888-6680. Web Site: www.geogrid.com. E-mail: strata@geogrid.com. Other Geogrids of equal or greater values may be used. FY042150 Canterbury Road Tank Section 02376-3 2.2 MATERIALS A. System Description: Reinforced soil structure consists of a mechanically stabilized engineered backfill reinforced with StrataGrid polyester soil reinforcement products. B. Geogrid: StrataGrid SG200 shall provide the following minimum properties: 1. StrataGrid Tensile Requirements SG200 lb/ft Property Method (kN/m) T,,,,, Ultimate Tensile Strength ASTM D6637 3600 (Method A) (52.5) Ta, Allowable Design Strength With Sand, Silty, Clay Soils 1919 ;o < 0.3mm] (28.0) Withl" minus Angular Aggregate 1760 D50 < 2mm] (25.7) With 1.5" minus Angular 1689 Aggregate ;o < 6mm] (24.7) C. Reinforced Backfill: Consisting of Class 7 crushed stone base according to AHTD Standard Specs 2003 Edition: PART 3 EXECUTION 3.1 PREPARATION A. Do not begin installation until excavation, foundation preparation and leveling pad have been completed, properly prepared, and inspected per project specifications. B. If subgrade preparation is the responsibility of another installer, notify Engineer of unsatisfactory preparation. Do not begin work until unsatisfactory conditions have been rectified as directed by the Engineer. C. Excavation: 1. Excavate the subgrade vertically to the plan elevation and horizontally to the extent of the geogrid lengths. 2. Remove soils not meeting required strength and replace with approved materials by the Owner's Geotechnical Engineer. 3. Protect excavated materials to be used for backfilling the reinforcement zone from the weather. FY042150 Canterbury Road Tank Section 02376-4 D. Foundation Preparation 1. Over -excavated areas of the subgrade shall be filled in maximum loose lifts of 10 inches (250 mm) and shall be compacted to a minimum of 95 percent Standard Proctor Dry Density with -1% to +2% of optimum moisture content in accordance with ASTM D 698. 2. Engineer will inspect the subgrade soil for the reinforced zone to ensure proper bearing strength in accordance with the specified Field Quality Control provisions. 3.2 CONSTRUCTION A. Construct reinforced soil structure in accordance with the approved shop drawings and Construction and Quality Control Manual supplied by the manufacturer. B. Geogrid placement: 1. Unroll the geogrid and cut to the length indicated in the approved shop drawings. 2. Place geogrid on level and compacted reinforced fill at locations indicated in the approved shop drawings. 3. Primary strength direction of the geogrid shall be placed perpendicular to the face of the structure or aligned as indicated in the approved shop drawings. 4. Pull the geogrid taut to remove slack in the geogrid. 5. Stake or pin the geogrid near the end to maintain alignment and to prevent development of slack during backfill placement. 6. Adjacent embedment lengths of geogrid shall abut to provide 100% coverage at elevations requiring geogrid reinforcement, as indicated in the approved shop drawings. 7. Place a minimum of 3 inches (75 mm) of fill between overlapping layers of geogrid where overlapping occurs behind curves and comers. 8. Construction vehicles shall not be operated directly on the geogrid. A minimum of 6 inches (150 mm) of fill cover over the geogrid is required for operation of construction vehicles in the reinforced zone. 9. Turning of vehicles should be avoided to prevent dislocation or damage to the geogrid. 10. Primary geogrid may not be overlapped or connected mechanically to form splices in the primary strength direction. C. Reinforced backfill: 1. Place the reinforced backfill material in maximum compacted lifts of 8 inches (200 mm) and compact to a minimum Standard Proctor Dry Density of 95 percent within -I to +2 percent of optimum moisture content, per ASTM D 698. Compaction shall be achieved throughout the full lift thickness. Minimum compaction shall meet or exceed the requirements stated or as required by the project specifications, whichever is more stringent. 2. Use only walk -behind compaction equipment within 3 feet (1 meter) of the structure facing. Use a minimum of 3 passes to compact this zone. FY042150 Canterbury Road Tank Section 02376-5 3. Required level of compaction shall be achieved throughout the entire reinforced backfill zone, as measured from the back of the facing unit to the end of geogrid reinforcement. Reinforced fill zone limits shall be as indicated on the approved shop drawings. 4. Smooth and level the backfill as indicated so that the geogrid lays flat. Grade shall not slope towards the front face of the structure. 5. Separate reinforced fill from the adjacent soil with geotextile, as indicated in the approved shop drawings 3.3 FIELD QUALITY CONTROL A. Quality Assurance: Testing and Inspection will be provided by the Owners Testing Agency as specified in Section 01400 Testing and Inspection Services. Notify the Engineer 24 hours in advance of testing. B. Perform laboratory material tests in accordance with ASTM D 698, D 422, and D 424. C. Perform in place compaction tests in accordance with the following: 1. Density Tests: ASTM D 2922 as appropriate for material tested. 2. Moisture Tests: ASTM D 3017. D. Minimum Frequency of Tests, or as stated in the contract documents: I. Leveling Pad Trench: A minimum rate of one test per 100 feet of trench. 2. Subgrade Soil: A minimum rate of one test per 50 feet length of structure. 3. Reinforced Backfill: a. Conduct gradation and plasticity index test at a minimum rate of one test per 2000 cubic yards and whenever the appearance and behavior of the backfill changes noticeably. b. Compaction control testing of the reinforced backfill should be performed on a regular basis during the entire construction project. Conduct compaction control test (Density and Moisture) at a minimum rate of one test within the reinforced backfill zone per every 1 ft of vertical height for every 50 ft of length. 3.4 REPAIR A. Any roll of geogrid damaged before, during and after installation shall be replaced by the Contractor at no additional cost to the Owner. B. Proper replacement shall consist of replacing the affected area +aft of geogrid to either side of the affected area. FY042150 Canterbury Road Tank Section 02376-6 3.5 PROTECTION A. Follow the Manufacturer's recommendations regarding protection from exposure to sunlight. END OF SECTION FY042150 Canterbury Road Tank Section 02376-7 SECTION 02444 FENCING PART1 GENERAL 1.01 SCOPE A. This Section covers the construction of a wooden security fence around the tank site, as well as construction of a gate at the tank access road entrance. The existing 4 -foot tall chain link fence along the south property line of the tank site shall be removed under this Section. The existing fence along the east side of the tank site shall be protected from damage. B. Any damage to any existing chain link fencing shall be repaired in accordance with this Section. C. Any damage to any other existing fencing shall be made with materials specified in this Section. 1.02 GENERAL A. Like items of materials provided hereunder shall be the end products of one manufacturer in order to achieve standardization for appearance, maintenance, and replacement. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.03 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL REQUIREMENTS. 1.04 REFERENCE STANDARDS A. Specification of Metallic -Coated Steel Chain Link Fence Fabric, published by Chain Link Fence Manufacturers Institute, Washington, DC 20036. PART 2 MATERIALS 2.01 GENERAL A. The use of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired only. Products of other manufacturers will be considered in accordance with the General Conditions. B. New materials and products of recognized, reputable manufacturers shall be used. Rerolled, or regalvanized materials are not acceptable. FY042150 Canterbury Road Tank Section 02444 - 1 C. All materials shall be hot -dip galvanized after fabrication. Posts and other appurtenances shall have a minimum zinc coating of 1.2 ounces per square foot of surface. D. Aluminum -coated fabric and wire may be substituted for the galvanized fabric and wire. Aluminum coating shall be not less than 0.40 ounce per square foot, complying with ASTM A 491, Class II. 2.02 2.03 FABRIC A. Chain link fence fabric, six foot in height, woven of No. 9 gauge wire in 2 -inch diamond -mesh pattern, salvages twisted and barbed, galvanized after weaving with 1.2 ounce zinc coating conforming to ASTM A 392. B. Replacement fabric shall match the height of the original fence fabric. POSTS A. Federal Specification RR -F-191, fence, hereinafter modified. Standard lengths required for conditions shown. 2.04 A. 2.05 A. 2.06 2.07 LINE POSTS posts, gates, and accessories, except as for setting in ground or in concrete as Use galvanized 2 1/2 -inch outside diameter, Schedule 40 steel pipe, weight 3.65 pounds per linear foot. END, CORNER, ANGLE, AND PULL POSTS For end, corner, angle, and pull posts, use 2.875 -inch outside diameter standard weight steel pipe, weight 5.79 pounds per linear foot. POST TOPS A. Post tops shall be pressed steel, or malleable iron, designed as a weathertight closure cap for tubular posts. Provide one cap for each post, unless equal protection is afforded by combination post top cap and barbed wire supporting arm where barbed wire is required. Where top rail is used, provide tops to permit passage of top rail. TENSION WIRE A. Tension wire shall be zinc- or aluminum -coated coil spring steel wire not less than No. 7 -gauge (0.177 inch in diameter). Provide tie clips of manufacturer's standard as approved for attaching the wire to the fabric, at intervals not exceeding 24 inches. STRETCHER BARS A. Stretcher bars shall be one-piece lengths equal to full height of fabric with a minimum cross-section of 3/16 inch by 0 inch. Provide one stretcher bar for each gate and end post and two for each comer and pull post. FY042150 Canterbury Road Tank Section 02444-2 2.09 STRETCHER BAR BANDS A. Bar bands shall be heavy -pressed steel, spaced not over 15 inches on center to secure stretcher bars to tubular end, corner, pull, and gate posts. 2.10 TOP RAIL A. Not less than 18 -foot long tubular steel, ID -inch outside diameter, weight 2.27 pounds per linear foot. Couplings to be outside -sleeve type and at least 6 inches long. Provide springs at one coupling in five to permit expansion in rail as recommended by the manufacturer. Top rail to extend through line post tops to form continuous brace from end -to -end of each stretch of fence. /.ii*W3[7�L�IIi.9 A. Brace pipe shall be of the same material as the top rail and shall be installed midway between the top rail and extend from the terminal post to the first adjacent line post. Braces shall be securely fastened to the posts by heavy -pressed steel and malleable fittings, then securely trussed from line post to base of terminal post with a fl -inch truss rod and tightener. 2.12 FITTINGS A. Malleable steel, cast iron, or pressed steel, as required. Fittings to include extension arms for barbed wire, stretcher bars and clamps, clips, tension rods, brace rods, hardware, fabric bands and fastenings, and all accessories. Provide 45 -degree bracket type supports to accommodate three strands of barbed wire. 2.13 BARBED WIRE A. Four -point pattern with two strands of No. 120 gauge wire, and 1 -inch barbs 5 inches apart. Zinc -coated barbed wire shall conform to ASTM A 121; aluminum -coated barbed wire to ASTM A 585. 2.14 CONCRETE A. Materials as specified in Section 03300, CONCRETE. Proportions shall be 1:2:4. Compressive strength shall not be less than 2,000 psi at 28 days. 2.15 FARM FENCE POSTS A. Repair farm fences utilizing "T" type steel posts with equivalent steel posts. B. Utilize 4 -inch minimum diameter pressure treated posts to repair existing fences utilizing wood posts. If existing posts are larger diameter, replace with equally sized new pressure treated posts. 2.16 WOODEN SECURITY FENCE A. Utilize 1 x 6 cedar pickets for the wooden security fence. Other materials and installation to conform to the Details on the Drawings. All fasteners shall be designed for pressure treated wood and cedar. FY042150 Canterbury Road Tank Section 02444 - 3 PART 3 EXECUTION 3.01 INSTALLATION A. Installation of fencing shall meet the requirements of ASTM F 567. B. Erect fencing in straight lines between angle points by skilled mechanics experienced in this type of construction. Erect in accordance with the manufacturer's recommendations as approved and with these Specifications. Post holes shall be a minimum depth of 3 feet below finished grade. Holes for line posts shall be 9 inches in diameter. Holes for gate, corner, and pull posts shall be 16 inches in diameter. Space posts not more than 10 feet on centers and in true lines. Set posts plumb and to a depth of 2 feet 10 inches. Fill remainder of hole with concrete to extend around the posts to a point 2 inches above finished grade. The top surface shall have a crown watershed finish. After concrete has set, install accessories. Fasten chain link fabric to end posts with stretcher bars and clamps and to line posts and top rail with wire or bands at approximately 14 -inch centers and 24 -inch centers, respectively. The top rail of the fence shall be at the top of the fabric. Install three strands of barbed wire on the brackets, tighten, and secure at each bracket. Brace gate posts diagonally to adjacent line posts to ensure stability. Hang gates and adjust all hardware so that gates operate satisfactorily from open or closed position. C. Repair/replace farm or lawn fencing with new posts as specified spaced on 10 -ft. maximum centers. Use the specified barbed wire for barbed wire fences. Repair woven wire fences with equivalent galvanized woven wire. D. Construct wooden security fencing per the Details on the Drawings. 3.02 CLEANUP A. Upon completion of the fence installation, clean up all waste material resulting from the operation. 3.03 PAYMENT A. Payment for fence construction, existing fence removal and existing fence protection/repairs, as applicable, shall be made at the lump sum price in the Bid Schedule upon the completed and acceptable fence installation. END OF SECTION FY042150 Canterbury Road Tank Section 02444 -4 0 0 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 Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. PART 2 MATERIALS 2.01 A. B. C. 2.02 2.03 TOPSOIL Existing topsoil shall be reused where practical. See Section 02218, LANDSCAPE GRADING. Place existing or imported topsoil in areas where topsoil was previously stripped for pipeline work. Areas that are cleared, but not stripped of topsoil, shall have the existing topsoil graded and scarified. Imported topsoil shall not be required. 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. 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. FY042150 Canterbury Road Tank Section 02485 - 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 3.04 3.05 3.06 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. 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. 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. 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. FY042150 Canterbury Road Tank Section 02485-2 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 applicable lump sum bid amounts listed in the Bid Schedule. END OF SECTION FY042150 Canterbury Road Tank Section 02485-3 SECTION 02631 REINFORCED CONCRETE PIPE AND FITTINGS PART!. GENERAL 1.1 SECTION INCLUDES A. Reinforced Concrete Pipe. B. Pipe Joint Material. C. Inlets and Junction Boxes. 1.2 RELATED SECTIONS A. Section 02200 - Trench Excavation and Backfill. B. Section 03300 - Cast -in -Place Concrete. 1.3 REFERENCES A. American Association of State Highway and Transportation Officials, 444 North Capitol Street, N.W., Suite 225, Washington, DC 20001. 1. AASHTO Ml 76 - Porous Concrete Pipe. B. American Concrete Institute, 22400 W. Seven Mile Road, Detroit, Michigan 48219. 1. ACI 301 - Specification for Structural Concrete for Buildings. C. American Society for Testing and Materials, 1961 Race Street, Philadelphia, Pennsylvania 19103. 1. ASTM C14 - Specification for Concrete Sewer, Storm Drain, and Culvert Pipe. 2. ASTM C76 - Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. 3. ASTM C443 - Specification for Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets. 4. ASTM C444 - Specification for Preformed Concrete Pipe. 5. ASTM C478 - Specification for Precast Reinforced and Nonreinforced Masonry. FY042150 Canterbury Road Tank Section 02631-1 0 PART 2. PRODUCTS 2.1 PIPE A. Reinforced Concrete Pipe: Class III or as shown on Drawings. Conform to ASTM C76. Joints shall conform to ASTM C443. 2.1 2.2 PIPE JOINT MATERIAL A. Cold applied preformed plastic gaskets, AASHTO M 198, Type B. B. Primer shall be per gasket manufacturer's recommendations. MATERIALS FOR CAST -IN -PLACE CONCRETE A. Conform to Section 03300. B. Design mix to attain minimum 3,000 psi compressive strength at 28 days. PART 3. EXECUTION 3.1 3.2 INSTALLATION OF PIPE A. Lay sections on properly compacted granular bedding (4 -inch minimum) to lines and grades shown on Drawings. B. Backfill with approved imported granular materials as specified in Section 02200. C. Storm drains shall have a minimum cover of 24 inches. D. Pipes (storm, sanitary, water) that cross each other with less than 1 -1/2 -foot clearance shall have a concrete encased intersection. PAYMENT A. Payment for work under this Section will be included as part of the applicable lump sum bid amount stated in the Proposal. END OF SECTION FY042150 Canterbury Road Tank Section 02631-2 SECTION 02746 ASPHALTIC CONCRETE PAVING PART 1. GENERAL I.1 SUMMARY A. Prepare asphaltic concrete pavement in accordance with this Section and where indicated on the Drawings. B. Contractor will pay cost of testing. C. Construct Work of this Section that is adjacent to or connected to city streets in accordance with requirements of the City for city streets. D. Secure permits and inspections, post necessary bonds, and pay necessary fees. 1.2 RELATED SECTIONS A. Section 02200 — Earthwork, Trench Excavation and Backfill 1.3 REFERENCES A. American Association of State Highway and Transportation Officials, 444 North Capitol Street, North West, Suite 225, Washington, DC 20001. 1. AASHTO M14 - Anionic Emulsified Asphalt. 2. AASHTO M81 - Cut -Back Asphalt Concrete (Rapid -Curing Type). 3. AASHTO M82 - Cut -Back Asphalt Concrete (Medium -Curing Type). 4. AASHTO M208 - Cationic Emulsified Asphalt. B. American Society of Testing and Materials, 1916 Race Street, Philadelphia, Pennsylvania 19103. 1. ASTM C207 - Specification for Hydrated Lime for Masonry Purposes. 2. ASTM D698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5 -lb. (2.49 -kg) Rammer and 12 -in. (304.8 -mm) Drop. 3. ASTM D946 - Specification for Penetration -Graded Asphalt Cement for Use in Pavement Construction. 4. ASTM D977 - Specification for Emulsified Asphalt. C. Arkansas State Highway and Transportation Department, P.O. Box 2262, Little Rock, Arkansas 72203. 1. AHTD - Supplemental Specification, SS -400-1, Revision of 3/30/00. FY042150 Canterbury Road Tank Section 02746 - 1 0 PART2. PRODUCTS 2.1 ASPHALTIC PAVING MATERIALS A. Base Course: Crushed stone conforming to AHTD Standard Specifications for Highway Construction Section 303, Class 7. B. Prime Coat: Medium curing cut -back asphalt; MC -30 or MC070; AASHTO M82; heated and applied within the temperature range 80 degrees F - 150 degrees F. C. Tack Coat: Rapid curing cut -back asphalt: a. AASHTO M81 b. SS -1 c. Application temperature 70 degrees F. - 160 degrees F. d. Rapid curing emulsified asphalt to match aggregate type. e. Cationic: CRS -1; AASHTO M208 f. Application temperature 125 degrees F. - 185 degrees F. D. Hot -mix surfacing material shall meet the following requirements: 1. Asphaltic Cement: ACHM (%2" - 2.5 mm) in accordance with AHTD Standard specifications for Highway Construction, Section 407, Edition of 2003. 2. Testing: Mix Design tests of asphalt mixtures and materials will be made by the Contractors laboratory. Submit test reports to Engineer. 3. Contractor shall be responsible for the cost of testing all materials. PART 3. EXECUTION 3.1 SUBGRADE PREPARATION A. Subgrade for asphalt paving improvements shall have organic silty and clayey topsoils and other unsuitable material removed and replaced with approved material. B. Fill and tamp traces of utility trenches. C. Scarify and re -compact subgrade; proof roll with dump truck. D. Replace soft spots as needed. FY042150 Canterbury Road Tank Section 02746-2 3.2 BASE COURSE FOR ASPHALTIC PAVING A. Place material on prepared subgrade in two courses for a total compacted thickness of 8 inches. 1. Spread one course 4 inches thick (compacted) the same day the material is hauled. It shall be thoroughly mixed, either by repeated handling with a blade grader or by harrowing sufficiently to secure a uniform mixture or course and fine particles. 2. Compact base course by systematically rolling and watering as required to obtain a firm, uniform, smooth surface as specified in Part 300 of AHTD Standard Specifications for Highway Construction. 3. Set blue tops prior to final finishing of base course. B. Minimum density shall be 95 Percent Modified Proctor (ASTM D1557). C. Prime coat shall not be put down until base course is compacted and cured. 3.3 PRIME COAT A. After acceptance of completed base course, a prime coat shall be uniformly distributed over the prepared base at the rate of 0.20 to 0.30 gallon per square yard. B. Remove surplus asphalt material. C. Construct and maintain barricades to keep traffic off the primed surface until it is thoroughly cured and ready for asphalt pavement (3 days minimum). 3.4 TACK COAT A. Apply tack coat when an asphalt course is to be laid on an asphalt or concrete surface. B. Clean surface to be treated with prime or tack. I. Sweep with mechanical broom immediately preceding the application of prime or tack. 2. Remove patches of asphalt, dirt or other material which does not form an integral part of the surface. 3. When directed, sprinkle the surface with water and give an additional sweeping. FY042150 Canterbury Road Tank Section 02746 - 3 • 3.5 HOT -MIX SURFACING FOR ASPHALTIC PAVING A. Plant Mixing and Transporting: Mixing, transportation, and temperature limitations for hot -mix surface course materials shall be in accordance with the requirements of Division 400, Asphalt Pavements of the AHTD Standard Specifications for Highway Construction, Edition of 2003. B. Placing, compacting, and acceptance shall be in accordance with Division 400, Asphalt Pavements of the AHTD Standard Specifications for Highway Construction, Edition of 2003. 3.6 CLEANUP A. Clean up all debris and unused materials from the paving operation. Clean all surfaces that have been spattered or defaced as a result of the paving operation. 3.7 PAYMENT A. Payment for the work under this Section will be included as part of the applicable lump sum bid amount stated in the Proposal. END OF SECTION FY042I50 Canterbury Road Tank Section 02746-4 SECTION 02830 SEGMENTAL RETAINING WALL SYSTEM PART!. GENERAL 1.1 DESCRIPTION A. Work includes furnishing and installing segmental retaining wall (SRW) units to the lines and grades designated on the construction drawings or as directed by the Engineer. B. Also included is furnishing and installing appurtenant materials required for construction of the retaining wall as shown on the construction drawings. 1.2 REFERENCE STANDARDS A. Segmental Retaining Wall Units 1. ASTM C 140 - Sampling and Testing Concrete Masonry Units 2. ASTM C1372 - Segmental Retaining Wall Units B. Geosynthetic Reinforcement I. ASTM D 4595 - Tensile Properties of Geotextiles by the Wide -Width Strip Method. 2. ASTM D 5262 - Test Method for Evaluating the Unconfined Creep Behavior of Geosynthetics 3. GRI:GGI - Single Rib Geogrid Tensile Strength 4. GRI:GG5 - Geogrid Pullout C. Soils I. ASTM D 698 - Moisture Density Relationship for Soils, Standard Method 2. ASTM D 422 - Gradation of Soils 3. ASTM 4318 - Atterberg Limits of Soil D. Drainage Pipe 1. ASTM 3034 - Specification for Polyvinyl Chloride (PVC) Plastic Pipe 2. ASTM D1248 - Specification for Corrugated Plastic Pipe E. Where specifications and reference documents conflict, the Architect/Engineer shall make the final determination of applicable document. FY042150 Canterbury Road Tank Section 02830-I 1.3 SUBMITTALS A. Material Submittals: The Contractor shall submit manufacturers' certifications two weeks prior to start of work stating that the SRW units and geosynthetic reinforcement meet the requirements of Section 2 of this specification. 1.4 DELIVERY, STORAGE AND HANDLING A. Contractor shall check materials upon delivery to assure that specified type and grade of materials have been received and proper color and texture of SRW units have been received. B. Contractor shall prevent excessive mud, wet concrete, epoxies, and like materials which may affix themselves, from coming in contact with materials. C. Contractor shall store and handle materials in accordance with manufacturer's recommendations. D. Contractor shall protect materials from damage. Damaged materials shall not be incorporated into the retaining wall. PART 2. MATERIALS 2.1 SEGMENTAL RETAINING WALL UNITS A. SRW units shall be machine formed. Portland Cement concrete blocks specifically designed for retaining wall applications. SRW units currently approved for this project are: 1. Redi-Rock 41" Series Wall System with Cobblestone Texture; 2. Versa-Lok Retaining Wall Units; 3. Allen Block Retaining Wall Units, or pre -approved equal. B. Submit color charts to Engineer for selection by Owner. C. Finish of SRW smaller units shall be split face. D. SRW unit faces shall be of straight geometry. E. SRW unit height shall be a minimum of 6 inches to a maximum of 18 inches. F. SRW units (not including aggregate fill in unit voids) shall provide a minimum weight of 105 psf wall face area. G. SRW units shall be solid through the full depth of the unit. FY042150 Canterbury Road Tank Section 02830-2 H. SRW units shall have a depth (front face to rear) to height ratio of 2:1, minimum. SRW units shall be interlocked, per manufacturers specs, designed with proper setback to provide a maximum of a 4 degree cant from vertical. SRW units shall be capable of being erected with the horizontal gap between adjacent units not exceeding 1/8 inches. K. For any corners shown on the construction plans, SRW units shall be capable of providing overlap of units on each successive course so that walls meeting at corner are interlocked and continuous. SRW units that require corners to be mitered shall not be allowed. L. SRW units shall be capable of providing a split face, textured surface for all vertical surfaces that will be exposed after completion of wall, including any exposed sides and backs of units. M. SRW units shall be sound and free of cracks or other defects that would interfere with the proper placing of the unit or significantly impair the strength or permanence of the structure. Cracking or excessive chipping may be grounds for rejection. Units showing cracks longer than 1/2" shall not be used within the wall. Units showing chips visible at a distance of 30 feet from the wall shall not be used within the wall. N. Concrete used to manufacture SRW units shall have a minimum 28 days compressive strength of 3,000 psi and a maximum moisture absorption rate, by weight, of 8% as determined in accordance with ASTM C 140. Compressive strength test specimens shall conform to the saw -cut coupon provisions of Section 5.2.4 of ASTM C 140 with the following exception: Coupon shall be taken from the least dimension of the unit of a size and shape representing the geometry of the unit as a whole. O. SRW units' molded dimensions shall not differ more than + 1/8 inch from that specified, except height which shall be + 1/16 inch as measured in accordance with ASTM C140 or ASTM C1372. 2.2 GEOSYNTHETIC REINFORCEMENT A. Geosynthetic reinforcement shall consist of geogrids or geotextiles manufactured as a soil reinforcement element. The manufacturers/suppliers of the geosynthetic reinforcement shall have demonstrated construction of similar size and types of segmental retaining walls on previous projects. The geosynthetic type must be approved one week prior to bid opening. B. The type, strength, and placement location of the reinforcing geosynthetic shall be as shown on the final, sealed construction plans. FY042150 Canterbury Road Tank Section 02830-3 0 2.3 LEVELING PAD A. Material for leveling pad shall consist of compacted gravel and shall be a minimum of 12 inches in depth. Lean concrete with a strength of 300-500 psi and three inches thick maximum may also be used as a leveling pad material. The leveling pad should extend laterally at least a distance of 6 inches from the toe and heel of the lowermost SRW unit. 2.4 DRAINAGE AGGREGATE A. Drainage aggregate shall be angular, clean stone or granular fill meeting the following gradation as determined in accordance with ASTM D422 Sieve Size Percent Passing 1 inch 100 3/4 inch 75-100 No. 4 0-60 No. 40 0-50 No. 200 0-5 2.5 DRAINAGE PIPE A. The drainage collection pipe shall be a perforated or slotted PVC, or corrugated HDPE pipe. The drainage pipe may be wrapped with a geotextile to function as a filter. B. Drainage pipe shall be manufactured in accordance with ASTM D 3034 and/or ASTM D 1248 2.6 REINFORCED (INFILL) SOIL A. The reinforced soil material shall be free of debris. The reinforced material shall consist of the inorganic USCS soil types GP, GW, SW, SP, SM meeting the following gradation, as determined in accordance with ASTM D422: Sieve Size Percent Passing 4 inch 100 No. 4 20-100 No. 40 0-60 No. 200 0-35 B. The maximum particle size of poorly -graded gravels (GP) (no fines) should not exceed 3/4 inch unless geosynthetic strength is reduced to account for additional installation damage from particles larger than this maximum. C. The plasticity of the fine fraction shall be less than 20. FY042150 Canterbury Road Tank Section 02830-4 2.7 DESIGN PAREMETERS A. SOIL 1. The following soil parameters were assumed in the preparation of the final design - Unit Weight ( ) (pci) Internal Friction Angle ( (degrees) Cohesion (c) Reinforced Fill 120 30 0 Retained Soil 120 6 800 Foundation Soil 120 6 800 B. DESIGN 1. This design considers the internal and local stability of the reinforced soil mass. External stability including bearing capacity, global stability, and total and differential settlement has been completed by the Owner's Geotechnical Engineer. C. For constructability considerations, maximum vertical spacing between geogrid layers shall be 2.0 feet. PART 3. EXECUTION 3.1 INSPECTION A. The Owner or Owner's Representative is responsible for verifying that the Contractor meets all the requirements of the specification. This includes all submittals for materials and design, qualifications, and proper installation of wall system B. Contractor's field construction supervisor shall have demonstrated experience and be qualified to direct all work at the site. 3.2 EXCAVATION A. Contractor shall excavate to the lines and grades shown on the project grading plans. Contractor shall take precautions to minimize over -excavation. Over -excavation shall be filled with compacted infill material, or as directed by the Engineer, at the Contractor's expense. B. Contractor shall verify location of existing structures and utilities prior to excavation. Contractor shall ensure all surrounding structures are protected from the effects of wall excavation. Excavation support, if required, is the responsibility of the Contractor. FY042150 Canterbury Road Tank Section 02830-5 0 3.3 FOUNDATION PREPARATION A. Following the excavation, the foundation soil shall be examined by the Engineer to assure actual foundation soil strength meets or exceeds the assumed design bearing strength. Soils not meeting the required strength shall be removed and replaced with infill soils, as directed by the Engineer. B. Foundation soil shall be proofrolled and compacted to 95% standard Proctor density and inspected by the Engineer prior to placement of leveling pad materials. 3.4 LEVELING PAD CONSTRUCTION A. Leveling pad shall be placed as shown on the construction drawings with a minimum thickness of 12 inches. The leveling pad should extend laterally at least a distance of 6 inches from the toe and heel of the lower most SRW Unit. B. Soil leveling pad material shall be compacted to provide a firm, level bearing surface on which to place the first course of units. Well -graded sand can be used to smooth the top 1/2 to 1/4 inch of the leveling pad. Compaction will be with mechanical plate compactors to achieve 95% of maximum standard Proctor density (ASTM D 698). 3.5 SRW UNIT INSTALLATION A. All SRW units shall be installed at the proper elevation and orientation as shown on the wall profiles and details on the construction plans or as directed by the Engineer. The SRW units shall be installed in general accordance with the manufacturer's recommendations. The specifications and drawings shall govern in any conflict between the two requirements. B. First course of SRW units shall be placed on the leveling pad. The units shall be leveled side -to -side, front -to -rear and with adjacent units, and aligned to ensure intimate contact with the leveling pad. The first course is the most important to ensure accurate and acceptable results. No gaps shall be left between the front of adjacent units. Alignment may be done by means of a string line or offset from base line to the back of the units. C. Clean all excess debris from top of units and install next course. D. SRW connections shall be installed per manufacturer's details. Check level and alignment of the units. E. Lay out of curves and corners shall be installed in accordance with the plan details or in general accordance with SRW manufacturer's installation guidelines. Walls meeting at comers shall be interlocked by overlapping successive courses. Repeat procedures to extent of wall height. FY042150 Canterbury Road Tank Section 02830-6 G. The wall face cant shall not differ more than + 2 degrees from that specified. 3.6 GEOSYNTHETIC REINFORCEMENT PLACEMENT A. All geosynthetic reinforcement shall be installed at the proper elevation and orientation as shown on the wall profiles and details on the final construction plans or as directed by the Engineer. B. At the elevations shown on the final plans, the geosynthetic reinforcement shall be laid horizontally on compacted infill and on top of the concrete SRW units. Embedment of the geosynthetic in the SRW units shall be consistent with SRW manufacturer's recommendations. Correct orientation of the geosynthetic reinforcement shall be verified by the Contractor to be in accordance with the geosynthetic manufacturer's recommendations. The highest strength direction of the geosynthetic must be perpendicular to the wall face. C. Geosynthetic reinforcement layers shall be one continuous piece for their entire embedment length. Overlap of the geosynthetic in the design strength direction (perpendicular to the wall face) shall not be permitted. D. Tracked construction equipment shall not be operated directly on the geosynthetic reinforcement. A minimum of 6 inches of backfill is required prior to operation of tracked vehicles over the geosynthetic. Turning should be kept to a minimum. Rubber -tired equipment may pass over the geosynthetic reinforcement at slow speeds (less than 5 mph). E. The geosynthetic reinforcement shall be in tension and free of wrinkles prior to placement of soil fill. The nominal tension shall be applied to the reinforcement and secured in place with staples, stakes or by hand tensioning until reinforcement is covered by six inches of fill. 3.7 DRAINAGE MATERIALS A. Drainage aggregate shall be installed to the line, grades, and sections shown on the final plans. Drainage fill shall be placed to the minimum thickness shown on the construction plans between and behind units. B. Drainage collection pipes shall be installed to maintain gravity flow of water outside the reinforced soil zone. The drainage collection pipe shall daylight into a storm sewer manhole or along a slope at an elevation lower than the lowest point of the pipe within the aggregate drain. FY042150 Canterbury Road Tank Section 02830-7 0 3.8 BACKFILL PLACEMENT A. The reinforced backfill shall be placed as shown in the construction plans in the maximum compacted lift thickness of 10 inches and shall be compacted to a minimum of 95% of standard Proctor density (ASTM D 698) at a moisture content within 2% of optimum. The backfill shall be placed and spread in such a manner as to eliminate wrinkles or movement of the geosynthetic reinforcement and the SRW units. B. Only hand -operated compaction equipment shall be allowed within 3 feet of the front of the wall face. Compaction within the 3 feet behind the wall face shall be achieved by at least three (4) passes of a lightweight mechanical tamper, plate, or roller. C. At the end of each day's operation, the Contractor shall slope the last level of backfill away from the wall facing to direct water runoff away from the wall face. D. At completion of wall construction, backfill shall be placed level with final top of wall elevation. If final grading, paving, landscaping, and/or storm drainage installation adjacent to the wall is not placed immediately after wall completion, temporary surface drainage shall be provided to ensure water runoff is not directed at the wall nor allowed to collect or pond behind the wall until final construction adjacent to the wall is completed. 3.9 SRW CAPS A. SRW caps shall be properly aligned and fastened or anchored to underlying units. B. Caps may overhang the top course of units by 3/4 to 1 inch. Slight variation in overhang is allowed to correct alignment at the top of the wall. 3.10 CONSTRUCTION ADJACENT TO COMPLETED WALL The Contractor is responsible for ensuring that construction adjacent to the wall by others does not disturb the wall or place temporary construction loads on the wall that exceed design loads, including loads such as water pressure, temporary grades, or equipment loading. Heavy paving or grading equipment shall be kept a minimum of three feet behind the back of the wall face. Equipment with wheel loads in excess of 150 psf live load shall not be operated with 8 feet of the face of the retaining wall during construction adjacent to the wall. Care should be taken by the General Contractor to ensure water runoff is directed away from the wall structure until final grading and surface drainage collection systems are completed. FY042150 Canterbury Road Tank Section 02830-8 3.11 PAYMENT A. Payment for the completed wall assembly shall be made at the lump sum price bid in the Proposal upon completion and acceptance of the retaining wall. END OF SECTION FY042150 Canterbury Road Tank Section 02830-9 0 SECTION 03210 REINFORCING STEEL PART 1 1.01 A. 1.02 1.03 GENERAL ESIIJQII This Section covers the work necessary to furnish and install, complete, the reinforcing steel and welded wire fabric. GENERAL A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL REQUIREMENTS. In addition, the following specific information shall be provided: I. 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. FY042150 Canterbury Road Tank Section 03210- 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 time for this inspection prior to casting concrete. 3.02 DELIVERY AND STORAGE A. Deliver steel with suitable hauling and handling equipment. Tag steel for easy identification. Store to prevent contact with the ground. The unloading, storing, and handling bars on the job shall conform to CRSI publication "Placing Reinforcing Bars". 3.03 PLACING REINFORCING STEEL - CLEANING A. Clean metal reinforcement of any loose mill scale, oil, earth and other contaminants. 3.04 STRAIGHTENING AND REBENDING REINFORCING STEEL A. Do not straighten or rebend metal reinforcement. Where construction access through reinforcing is a problem, bundling or spacing of bars instead of bending shall be used. Submit details and obtain Engineer's review prior to placing. 3.05 PROTECTION, SPACING, AND POSITIONING OF REINFORCING STEEL 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. FY042150 Canterbury Road Tank Section 03210-2 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 applicable lump sum bid amounts stated in the Proposal. END OF SECTION FY042150 Canterbury Road Tank Section 03210-3 • SECTION 03300 CONCRETE PART] GENERAL 1.01 SCOPE A. This Section covers the work necessary to furnish and install, complete, the cast -in -place concrete, including formwork. B. See Part 3, CONDITIONS OF THE CONTRACT, and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.02 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in SUBMITTALS DURING CONSTRUCTION, REQUIREMENTS. In addition, the followin provided: 1. Concrete Mix Design 2. Certification for Aggregate Quality 1.03 PLANT INSPECTION accordance with Section 01300, in Division 1, GENERAL g specific information shall be 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 02631 Reinforced Concrete Pipe and Fittings 13210 Spheroidal Elevated Tank Specification 13212 Fluted Column Elevated Tank Specification 13214 Composite Elevated Tank Specification PART2 PRODUCTS 2.01 CEMENT A. Cement type will be submitted by the Contractor for the Engineer's approval. FY042150 Canterbury Road Tank Section 03300 - 1 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 Si.! 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. FY042150 Canterbury Road Tank Section 03300-2 D. The following listed grouts are the only materials that have been tested, reviewed, and prequalified by the Engineer, that meet these requirements, and are acceptable for general use such as grouting of equipment supports. I. 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. FY042150 Canterbury Road Tank Section 03300-3 2.10 CURING COMPOUND A. Curing compound to conform to the requirements of ASTM C309, with the additional requirement that permeability not exceed 0.039 gm/square cm/72 hours. Masterseal, 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 ofASTM 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 AC! 211 subject to the following specifications. D. Design the mix and perform tests to meet the following requirements: Design strength of structural concrete shall be a minimum of 3,000 psi at 28 days. The combined aggregate grading shall be for the 1 inch grading combination hereinafter specified, unless otherwise shown on the Drawings or specified herein. 2. The water -cement ratio or water -cement plus pozzolan ratio, if applicable, shall not exceed 0.49 by weight, unless otherwise approved in writing by the Engineer. 3. Minimum cement content or combined cement plus fly ash content when fly ash is used for performance and longevity, regardless of design strength, shall be 423 pounds per cubic yard for concrete with 1 -1/2 -inch maximum size aggregate, 470 pounds per cubic yard for 1 -inch maximum size aggregate, and 517 pounds per cubic yard for 3/4 -inch maximum size aggregate. The Contractor shall increase cement content or the combined cement plus fly ash content, when fly ash is used, as required to meet strength requirements. FY042150 Canterbury Road Tank Section 03300-4 I The amount of fly ash used shall not exceed 25 percent or be less than 15 percent of the total weight of fly ash plus cement. Verify that design mix test results reflect the slump to be used. 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. FY042150 Canterbury Road Tank Section 03300-5 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. Not used. 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. FY042150 Canterbury Road Tank Section 03300 - 6 Before depositing concrete, remove debris from the space to be occupied by the concrete. Prior to placement of concrete, dampen gravel fill under slabs on ground, dampen sand where vapor barrier is specified, and dampen all wood forms. Reinforcement shall be secured in position and acceptable to the Engineer before concrete is placed. Conform to ACI 304 and to other requirements needed to obtain the finishes specified. 3.13 CONVEYOR BELTS AND CHUTES A. All ends of chutes, hopper gates, and all other points of concrete discharge throughout the Contractor's conveying, hoisting, and placing system shall be so designed and arranged that concrete passing from them will not fall separated into whatever receptacle immediately receives it. Conveyor belts, if used, shall be of a type approved by the Engineer. Chutes longer than 50 feet will not be permitted. Minimum slopes of chutes shall be such that concrete of the specified consistency will readily flow in them. If a conveyor belt is used, it shall be wiped clean by a device operated in such a manner that none of the mortar adhering to the belt will be wasted. All conveyor belts and chutes shall be covered. Sufficient illumination shall be provided in the interior of all forms so that the concrete at the places of deposit is visible from the deck or runway. 3.14 PUMPING OF CONCRETE - GENERAL A. Pumping of concrete will be permitted only with the Engineer's approval. If the pumped concrete does not produce satisfactory end results, the Contractor shall discontinue the pumping operation and proceed with the placing of concrete using conventional methods. 3.15 REMOVAL OF WATER A. Unless the tremie method of placing concrete is specified, remove all water from the space to be occupied by the concrete. 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. FY042150 Canterbury Road Tank Section 03300-7 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 30 F 60 F 55 F 50 F 45 F 0to30F 65F 60F 55F 50F Below0F F 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. FY042150 Canterbury Road Tank Section 03300 - 8 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 ofASTM 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 information in ACI 306 which will provide the temperature protection and curing for the 7 -day period. FY042150 Canterbury Road Tank Section 03300 - 9 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: 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. 3. The frequency of testing may be increased if necessary. Additional testing, if required, will be paid by the Owner. FY042150 Canterbury Road Tank Section 03300 - 10 • 4. Where the term "building official" is used in Section 4.7 of ACT 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 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 FY042I50 Canterbury Road Tank Section 03300 - 11 0 4. Continuously sprinkle the exposed surface; or Other agreed upon method that will provide that moisture is present and uniform at all times on the entire surface of the slab; the Contractor shall determine the best method of his operation to ensure a good water cure and submit this for review. 3.25 CURING AND PROTECTION IN COLD WEATHER A. Conform to cold weather concreting hereinbefore specified and to ACI 306. Where water curing, as specified hereinbefore for slabs, is not possible, use a double coverage of an approved curing compound and protect the slabs during the cold weather from traffic by the use of Visqueen or other material inside the required heated enclosure if foot traffic is permitted on the slabs. Repair or replace concrete damaged by cold weather. 3.26 PAYMENT A. Payment for the work in this Section will be included as part of the applicable lump sum or unit price bid amounts stated in the Proposal. B. No separate payment shall be made for concrete used as pipe fitting thrust blocks. The cost of thrust blocks shall be included in the payment for the cast iron fittings. C. No separate payment will be made for concrete used around valve boxes. END OF SECTION FY042150 Canterbury Road Tank Section 03300 - 12 S SECTION 13210 SPHEROIDAL ELEVATED TANK SPECIFICATION PART 1 - GENERAL 1.1 DESCRIPTION SCOPE OF WORK: The work to be performed under these specifications includes furnishing all labor, materials, tools and equipment necessary to design, fabricate, construct, inspect and test a single pedestal spheroidal welded steel elevated water storage tank, including the design and construction of the foundation and accessories as shown on the Drawings and specified herein. The work shall also include all labor, materials and equipment necessary to clean, paint and disinfect the water storage tank as specified herein. 2. RELATED WORK: The work shall also include all labor, materials and equipment necessary to construct the site improvements and site piping as shown on the Drawings and specified herein. DESCRIPTION: The tank and support structure shall be of the single pedestal spheroidal style similar to the Waterspheroid® as designed and constructed by CB&I. The tank and support structure shall be of all welded steel design. The tank shall consist of a dome roof, toroidal upper shell, conical lower shell and spherical bottom diaphragm plate or conical bottom plate. The support structure shall be a butt -welded single pedestal consisting of a cylindrical shaft and a conical base "bell". The shaft shall have a minimum diameter of 10 feet. Transition sections between the tank and shaft, and between the shaft and "bell" shall be smooth, doubly curved, continuous "knuckle" sections. Discontinuous transitions and intersections through compression rings are not acceptable for these transition sections. 1.2 PRE -QUALIFICATION OF CONTRACTOR Bids will only be accepted from experienced Contractors who have successfully completed at least ten spheroidal single pedestal elevated tanks of equal or greater capacity in the last ten years. Each bidder shall provide a list of at least five such projects stating location, completion date, contact names and telephone numbers. FY042150 Canterbury Road Tank Section 13210-1 1.3 1.4 1.5 STANDARDS, CODES AND GUIDES The following standards and specifications are referenced. The latest edition shall be used if the edition is not specified. AWWA D100-05 Standard for Welded Carbon Steel Tanks for Water Storage AWWA D102-03 Standard for Painting Steel Water Storage Tanks AWWA C652-02 Standard for Disinfection of Water Storage Facilities ACI 301-99 Specifications for Structural Concrete for Buildings ACI 318-02 Building Code Requirements for Structural Concrete NSF 61 Drinking Water System Components OSHA Occupational Safety and Health Standards SSPC-PA1 Paint Application Specification OWNER OR ENGINEER SUPPLIED INFORMATION The Owner or Engineer shall provide the following information with the bid documents: Section 00200, Information Available to Bidders contains a soils ' investigation report that is specific to the site and prepared by a qualified Geotechnical Engineer. The soils investigation report shall include a determination of the Site Class. The determination of the Site Class shall be in accordance with AWWA D100-05. Summary of FAA requirements are included in Section 00200, Information Available to Bidders. The FAA does not require an obstruction light, however, one is to be installed. SUBMITTALS Each Contractor shall submit with its proposal a sketch of the spheroidal tank showing major dimensions and plate thicknesses. A sketch of the foundation showing preliminary dimensions and approximate quantities of concrete and reinforcing steel shall also be provided with the Proposal. Prior to construction, the Contractor shall furnish construction drawings of the tank, support structure and foundation sealed by a Professional Engineer licensed in the State of Arkansas. Construction drawings for the foundation shall show applicable design and construction standards, materials of construction, design loads and allowable soil bearing or pile capacity. FY042150 Canterbury Road Tank Section 13210-2 A summary of the design for the foundation, support structure and the tank, shall be provided prior to construction. The design summary shall show applicable design and construction standards, materials of construction, design loads and results showing conformance with the specifications. The design shall be sealed by a Professional Engineer licensed in the State of Arkansas. Provide an operating and maintenance manual containing operating instructions, maintenance instructions, as -built construction drawings, cleaning and painting instructions, a gage table and catalog cuts of equipment supplied. Furnish an elevated water storage tank as shown on the drawings and as specified in this Section. The design, materials, fabrication, construction, testing and inspection of the tank, support structure and foundation shall comply with AWWA D100-05, except as modified herein. Tank capacity, head range, height to TCL and top of foundation elevation shall be as shown on the drawings. Tank net capacity shall be 500,000 gallons. Dead load shall be the estimated weight of all permanent construction and fittings. The unit weight of steel shall be considered as 490 pounds per cubic foot and the unit weight of concrete shall be taken as 144 pounds per cubic foot. Water load shall be the weight of all of the liquid when the tank is filled to the overflow. The unit weight of water shall be 62.4 pounds per cubic Snow load shall be in ac pounds per square foot. V of 90 miles per hour and Seismic design shall be in accordance with AW\ on the following parameters: Seismic Use Group III Site Class C Tank center location 36° 04' 35" latitude 940 07' 06" longitude FY042150 Canterbury Road Tank 6. The desiifor all sections of the steel tank shaif be per the classes of materials and unit tension/compression stresses specified in AWWA D100-05. A design per Section 14 of AWWA D1 00-05 shall not be permitted. 7. Shells designed by Method 2 or Method 3 of Sec. 3.4.3 of AWWA D100- 05 shall be measured in accordance with Sec. 11.4.3.2.2 of AWWA D100-05. Documentation of the measurements and a certificate of compliance shall be provided. 8. All openings in the support structure shall be properly reinforced. Loads imposed by openings in the base of the support structure shall be accommodated in the foundation design. 9. The overturning moment used in designing the support structure and foundation shall include the moment due to eccentricity of the gravity loads caused by deflection of the structure under wind or seismic conditions (i.e. P -Delta effect). 10. Unless otherwise noted, at junctions in plates where meridional forces are discontinuous such as cone to cylinder junctions, a tension or compression ring may be required to resist the radial forces generated. In these regions, the allowable stresses shall not exceed those specified in AWWA D100-05. 11. A corrosion allowance of 1/16 inch shall be applied to the water bearing tank surfaces. The corrosion allowance shall be added to the required thickness determined by design. 12. The concrete foundation shall be designed by the Contractor using the information given in the geotechnical report. 13. Earth cover shall be a minimum of 3 feet over top of pipe in accordance with AWWA D100-05. Any pipe passing through the foundation which does not meet this minimum cover requirement, shall be properly insulated until such minimum cover is achieved. 2.3 APPURTENANCES 2.3.1 ACCESS DOOR Provide a 36 -inch by 80 -inch commercial steel door. The door shall be 1 3/4" thick with 4 3/4 -inch 16 -gauge jambs, door holder and automatic door bottom. Door to be AMWELD series 1500 Seamless door, with Series 400 Frame, or approved equal. Door shall be minimum 16 -gauge and insulated with pre- formed polystyrene insulation. Doors shall be thoroughly cleaned, phosphated and finished with one coat of baked -on rust inhibiting prime paint in accordance with ASTM B1 17 and ASTM D1735. Provide three (3) full mortise, 5 knuckle hinges, 4 1/2 inches by 4 1/2 inches minimum. Hinges shall be steel, phosphated and primed coated for finish painting. Provide a complete and FY042150 Canterbury Road Tank Section 13210-4 0 functional door lockset and tumbler -type lock, keyed to the Owner's existing system. Door painting shall conform to the tank exterior paint system. 2.3.2 PIPING & PRESSURE RELIEF A 12 -inch diameter inlet pipe and an 18 -inch diameter outlet pipe shall be provided from the bottom of the tank to flanged connections at the base of the support structure. The inlet and outlet pipes shall be steel with welded connections and have a thickness not less than 1/4 inch. The inlet and outlet pipes shall have expansion joints above the base bends. Provide taps as shown on the drawings. The inlet pipe shall extend to elevation 1802.0 (approximately 13 feet below the Top Capacity Line) and shall terminate with a 900 bend and short nozzle pipe as shown on the Drawings. The outlet pipe shall extend a minimum of six inches above the bottom of the tank floor or be equipped with a removable silt stop. 3. A 12 -inch diameter overflow pipe equipped with an anti -vortex entrance detail shall be provided. The overflow shall be designed to accommodate the maximum inlet rate specified in Item 4. The overflow pipe shall be steel with welded connections. The overflow shall extend down the inside of the access tube and support structure and discharge at a point approximately two feet above finish grade into a grate covered drainage manhole. The end of the overflow shall be covered with No. 4 mesh stainless steel screen and a No. 24 mesh stainless steel insect screen. 4. A minimum of one aluminum pressure -vacuum vent near the center of the roof shall be provided. The vent(s) shall be sized to handle pressure differential caused by water entering or leaving the tank at a maximum rate. The maximum inlet rate is 2,000 gpm, the maximum withdrawal rate is 10,000 gpm. The open area of the overflow shall not be considered as a venting area. The vent(s) shall have stainless steel insect screens and shall be designed to relieve any pressure or vacuum in the event the screen frosts over or is otherwise clogged and shall be easily dismantled for cleaning. The vent(s) shall be self-correcting. The pressure -vacuum vent may be mounted on the exhaust hatch. 2.3.3 ACCESS, LADDERS & PLATFORMS Provide a ladder system which extends from grade to the upper shaft platform. This ladder shall be equipped with ladder safety rail or cable. Provide a ladder on the interior of the access tube from the upper shaft platform to the tank roof. This ladder shall be equipped with ladder safety rail or cable. 3. Provide a ladder from the upper shaft platform to the tank bottom manhole. FY042150 Canterbury Road Tank Section 13210-5 4. The ladder safety cable shall be an OSHA appived galvanized system as manufactured by DBI-Sala, or equal. The Owner shall be supplied with two (2) harnesses and two (2) sleeves. 5. A steel condensate ceiling with drain shall be supplied, located at the junction of the pedestal shaft and base bell. The condensate ceiling shall be equipped with a drain pipe that is routed to the drain manhole. 6. An upper shaft platform shall be supplied, located at the top of the support structure. 7. Provide an access tube located on the vertical centerline of the tank. The access tube shall have a minimum diameter of 42 inches and shall provide access from the upper shaft platform to the tank roof. 2.3.4 MANHOLES, HATCHES & VENTS At the top of the support structure, one 24 -inch diameter painter's access manhole shall be provided, giving access to the exterior painter's rails. Two 30 -inch diameter hinged rain proof hatches shall be supplied. One shall be at the top of the access tube with spring assist, chain, hook and inside handle. The other shall be adjacent to the access tube for entry into the tank and shall have a handle and hasp. The hatch openings shall have a curb four inches high and the cover shall have a downward overlap of two inches. 3. One 24 -inch diameter flanged exhaust hatch shall be supplied, located adjacent to the access tube and so constructed that an exhaust fan may be connected for ventilation during painting. 4. One 24 -inch diameter tank bottom manhole shall be provided in the tank bottom with access by ladder from the upper platform. 5. Two 30 -inch diameter manholes shall be supplied. One shall be in the condensate ceiling with the other in the upper platform. 6. All vents to the tank interior shall be covered with a #24 mesh stainless steel screen. 2.3.5 PAINTER'S RAILS Provide painter's rails as shown on the drawings and specified herein: Exterior Painter's Rails. A minimum of two rails shall be located near the top of the support structure and be accessible from the upper shaft platform via the painter's access manhole. FY042150 Canterbury Road Tank Section 13210-6 2.3.6 ELECTRICAL Interior waterproof light sockets with rigid conduit, wiring and switch shall be provided inside the support structure and access tube. Total number and location of lights shall be as shown on the Drawings. All wiring shall be in conduit. The conduit and wiring shall terminate with a junction box in the base of the support structure. Duplex outlets shall be installed as shown on the Drawings. Electric service shall be provided and connected by the Contractor. 2.3.7 GALVANIC CORROSION PROTECTION Dissimilar metals inside the tank and below the TCL shall be electrically isolated from carbon steel tank components to which they attach. Painting of the dissimilar metals does not eliminate the requirement for isolation. PART 3— EXECUTION 3.1 INSPECTION Inspection and testing shall be in accordance with AWWA D100-05. Shop subassembly welds that require radiographic inspection shall be inspected in the shop or field. If radiographic inspection is performed in the shop, radiographs shall be provided to the Engineer. 3.2 CONCRETE FOUNDATION If, during excavation, conditions are encountered which differ from those given in the soil report, appropriate adjustments to construction schedule and price will be negotiated. 2. Inlet and outlet pipes extending a minimum of 3 feet outside the foundation wall shall be included as part of the foundation. 3. Provide a 6 -inch concrete slab at grade in the base of the support structure. The slab shall be placed over compacted structural backfill and shall be reinforced with #4 reinforcing steel at 12 -inch centers each way. Provide 1/2 -inch expansion material at the slab to foundation intersection and at floor penetrations. Provide saw -cut control joints at 18 foot maximum spacing. The slab shall be sloped towards the floor drain. The slab shall be constructed in accordance with the latest edition of ACI 301. 4. All concrete work shall comply with ACI 301. 3.3 WELDING All welding shall comply with AWWA D100-05. All welding procedures, welders and welding operators shall be qualified in accordance with ASME Section IX for the processes and positions utilized. FY042150 Canterbury Road Tank Section 13210-7 3. The edges or surfaces of the pieces to be joined by welding shall be prepared by flame cutting, plasma arc cutting, arc gouging, machining, shearing, grinding or chipping and shall be cleaned of detrimental oil, grease, scale and rust. The edges of the pieces may have a protective coating applied to them which need not be removed before they are welded unless specifically prohibited by the welding procedures. 4. Field and shop welding may be done by the shielded metal arc welding process, the gas metal arc welding process, the flux core arc welding process and the submerged arc welding process. Plates and component members of the tank shall be assembled and welded following erection methods which result in a minimum of distortion from weld shrinkage. Surfaces to be welded shall be free from loose scale, slag, heavy rust, grease, paint and other foreign material. PART 4 —COATINGS & FINISHES 4.1 GENERAL All tank painting and paint testing shall be in accordance with AWWA D102, the Steel Structures Painting Council Specification SSPC-PA1, approved paint manufacturer specifications and as specified herein. Each paint system shall be from a single manufacturer. The paint and paint products specified are manufactured by Tnemec. The products of other manufacturers may be used subject to review and approval by the engineer. 3. Pre -construction primers may be utilized in the fabrication process to preserve the blast profile and cleanliness. In the field, weld seams and abraded areas will be cleaned on a spot basis. The remaining sound primer will be cleaned to remove dirt and other contaminants. After cleaning the specified coating system will be applied in its entirety in the field at the millages specified. 4. No paint shall be applied when the temperature of the surface to be painted is below the minimum temperature specified by the paint manufacturer, or less than 5 degrees above the dew point temperature. Paint shall not be applied to wet or damp surfaces or when the relative humidity exceeds 85% unless allowed by manufacturer's data sheets. Follow the paint manufacturer's recommendations for the specific paint system used. 5. After erection and before painting, remove slag, weld metal splatter and sharp edges by chipping or grinding. All surfaces that have been welded, abraded or otherwise damaged, shall be cleaned and primed in the field in accordance with the paint system requirements. FY042150 Canterbury Road Tank Section 13210-8 6. All areas blasted in the field shall be coated the same day before any rusting occurs. 4.2 EXTERIOR COATING SYSTEM Shop Surface Preparation: Spot clean as required to remove all oil and grease from the surface prior to blast cleaning. All surfaces shall be abrasive blast cleaned to a commercial finish in accordance with the recommended methods outlined in the Steel Structures Painting Council Specification (SSPC) SP -6. 2. Shop Primer: Immediately after abrasive blasting and before any rusting occurs (within 12 hour maximum) apply one coat of zinc -rich urethane TNEMEC Series 91-H2O Hydro -Zinc or equal, to a dry film thickness (DFT) range of 2.5 to 3.5 mils. 3. Field Surface Preparation: After erection and prior to field touch-up priming, all surfaces shall be cleaned to remove all surface contamination including oil, grease, dust, dirt and foreign matter. Weld slag, weld spatter and other sharp or rough projections shall be removed. All rusted, abraded and unpainted areas shall be blast cleaned to a commercial finish in accordance with SSPC SP -6. 4. Field Touch -Up: Spot prime with zinc -rich urethane TNEMEC Series 91- H2O Hydro -Zinc or equal, to a DFT range of 2.5 to 3.5 mils. 5. Field Intermediate Coat: Apply one coat of polyamide epoxy TNEMEC Series 66 Hi -Build Epoxoline or Series 161 Tneme-Fascure (fast cure) or equal, to a DFT range of 2.0 to 3.0 mils. The color shall be tinted to contrast the prime coat. 6. Field Finish Coat: Apply one coat of aliphatic acrylic polyurethane TNEMEC Series 1075 U Endura-Shield II or equal, to a DFT range of 2.0 to 3.0 mils. Finish color shall be selected by the Owner. The total DFT range of the three coat Exterior Paint System shall be 7.0 to 11.0 mils, based on spray application. If applied by roller or brush, additional coats may be necessary to achieve the required film thickness and satisfactory hiding with the finish color. 8. Exterior paint finish color shall be Tnemec Slate Gray 31 GR, or approved equal. 9. The shop primer and the finish coatings shall all be supplied by the same paint manufacturer. FY042150 Canterbury Road Tank Section 13210-9 4.3 INTERIOR WE GATING SYSTEM • Shop Surface Preparation: Spot clean as necessary to remove all oil and grease from the surface prior to blast cleaning. All surfaces shall be abrasive blast cleaned to a near -white finish in accordance with SSPC SP -10. 2. Shop Primer: Immediately after abrasive blasting and before any rusting occurs (within 12 hour maximum), apply one coat of zinc -rich urethane TNEMEC Series 91-H2O Hydro -Zinc or equal, to a DFT range of 2.5 to 3.5 mils. 3. Field Surface Preparation: After erection and prior to field touch-up priming, all surfaces shall be spot cleaned as required to remove all surface contamination including oil, grease, dust, dirt and foreign matter. Weld slag, weld spatter and other sharp or rough projections shall be removed. All rusted, abraded and unpainted areas shall be blast cleaned to a near white finish in accordance with SSPC SP -10. 4. Field Touch -Up: Spot prime with zinc -rich urethane TNEMEC Series 91- H2O Hydro -Zinc or equal, to a DFT range of 2.5 to 3.5 mils. Irregular surfaces, including weld seams, bolt heads and nuts, corners and edges, shall be stripe coated by brush or roller after the field spot prime coat has been applied and prior to application of the first full field coat. Intermediate Field Coat: Apply one coat of polyamide epoxy TNEMEC Series 20-1255 (beige) Pota-Pox or Series FC20 Pota-Pox (fast cure) or equal, to a DFT range of 4.0 to 6.0 mils. Field Finish Coat: Apply one coat of polyamide epoxy TNEMEC Series 20-15BL (tank white) Pota-Pox or Series FC20 Pota-Pox (fast cure) or equal, to a DFT range of 4.0 to 6.0 mils. The total DFT range of the three coat Interior Paint System shall be 10.5 to 15.0 mils. 9. The shop primer and the finish coatings shall all be provided by the same paint manufacturer. 4.4 INTERIOR DRY COATING SYSTEM Shop Surface Preparation: Spot clean as necessary to remove all oil and grease from the surface prior to blast cleaning. All surfaces shall be abrasive blast cleaned to a commercial finish in accordance with SSPC SP -6. FY042150 Canterbury Road Tank Section 13210-10 2. Shop Primer: Immediately after abrasive blasting and before any rusting occurs (within 12 hour maximum), apply one coat of polyamide epoxy TNEMEC Series V140-1255 (beige) Pota-Pox Plus or Series V140F Pota-Pox Plus (fast cure) or equal, to a DFT range of 3.0 to 5.0 mils. 3. Field Surface Preparation: After erection and prior to field touch-up priming, all surfaces shall be spot cleaned as required to remove all surface contamination including oil, grease, dust, dirt and foreign matter. Weld slag, weld spatter and other sharp or rough projections shall be removed. All rusted, abraded and unpainted areas shall be blast cleaned to a commercial finish in accordance with SSPC SP -6. 4. Field Touch -Up: Spot prime with polyamide epoxy TNEMEC Series 20- 1255 (beige) Pota-Pox or Series FC20 Pota-Pox (fast cure) or equal, to a DFT range of 3.0 to 5.0 mils. 5. Field Finish Coat: Apply one coat of polyamide epoxy TNEMEC Series 20-15BL (tank white) Pota-Pox or Series FC20 Pota-Pox (fast cure) or equal, to a DFT range of 3.0 to 5.0 mils. 6. The total DFT range of the two coat Interior Paint System shall be 6.0 to 10.0 mils. 7. The shop primer and the finish coatings shall all be provided by the same paint manufacturer. 4.5 LETTERING AND LOGO Not required. 4.6 FIELD QUALITY CONTROL Inspector's Services a. Verify coatings and other materials are as specified. b. Verify surface preparation and application are as specified. c. Verify DFT of each coat and total DFT of each coating system are as specified using wet film and dry film gauge. Refer to SSPC-PA2 for measurement of Dry Coating Thickness with Magnetic Gages. d. Coating Defects: Check coatings for film characteristics or defects that would adversely affect performance or appearance of coating systems. 1. Check for holidays and interior steel immersion surfaces using holiday detector in accordance with NACE Specification SP0188-2006. e. Report: 1. Submit written reports describing inspections made and actions taken to correct nonconforming work. 2. Report nonconforming work not corrected. 3. Submit copies of report to Engineer and Contractor. FY042150 Canterbury Road Tank Section 13210-11 2. Manufacturers Field Services: Manufacturer's representatives shall provide technical assistance and guidance for surface preparation and application of coating systems. PART 5 -TESTING AND STERILIZATION Sufficient cure, per the manufacturer's recommendations, of the final coat on the interior wet surface shall be allowed before the elevated tank is sterilized and filled with water. 2. The tank shall be sterilized per the requirements of AWWA C652. Chlorination Method No. 2 or 3. 3. The Owner, free of charge to the Contractor, shall furnish and dispose of sufficient water for testing and sterilization. The water shall be at proper pressure to fill the tank to the maximum working level. Any leaks in the tank that are disclosed by this test shall be repaired by gouging out defective areas and re -welding. No repair work shall be done on any joint unless the water in the tank is at least 2 feet below the joint being repaired. Any paint damaged by repairs shall be properly restored. 4. Upon completion of the sterilization procedure, the Owner or his representative shall arrange and bear the cost of any bacteriological testing of water samples from the tank that may be required. The tank shall not be placed in service until safe test results are obtained. PART 6- GUARANTEE The Contractor shall guarantee its work for a period of one year from the date of substantial completion. Substantial completion is defined as the date when the tank is placed, or available to be placed, into service. The Contractor will repair any defects of which they are notified during that period which may appear because of faulty design, workmanship or materials furnished under the specifications. Defects caused by damaging service conditions such as electrolytic, chemical, abrasive or other damaging service conditions are not covered by this guarantee. All guarantees and extended warranties offered by the manufacturer or installer of paint, equipment or accessories provided under this Contract shall be obtained by the Contractor and provided to the Owner. PART 7- PURCHASER OPTIONS AND ALTERNATIVES 7.1 PIPE INSULATION AND TANK DRAIN Provide 1 -inch molded rigid foam polyisocyanurate insulation complete with vapor barrier on inlet and outlet pipes. Securely fasten the insulation to the pipe using aluminum banding. FY042150 Canterbury Road Tank Section 13210-12 2. A 2 -inch diameter non -freeze drain valve (S & J No. 96181-01 or equal) shall penetrate the tank at the low point of the tank floor and connect to the overflow pipe. A NSF approved flexible pipe shall be used to connect the drain valve to the overflow pipe. 7.2 ACCESS, LADDERS & PLATFORMS A ladder for access to the tank interior from the roof, shall be provided and attached to the access tube. This ladder shall be equipped with ladder safety cable. 7.3 ELECTRICAL Exterior lighting above the access door for added security. 2. A double obstruction light shall be provided on the roof of the tank near the apex. The lights shall be enclosed in aviation red obstruction light globes as approved by the FAA, complete with an automatic photo- electric cell type switch. The Contractor shall install all conduit and wiring from the light to the electrical service panel. 7.4 CONDENSATION The condensate ceiling shall be equipped with a drain pipe to the drain manhole. Condensate ceiling location and elevation shall be as shown on the drawings. 7.5 SEAL WELDING To minimize corrosion and rust staining on the underside of the roof, the roof plate laps and rafter -to -roof plate seams shall be seal welded. The minimum roof plate thickness shall be 1/4 inch. 7.6 ANTENNA RAIL AND CABLE DETAILS Provide all labor, materials, equipment and installation to make all necessary provisions for future antenna cable(s) routing. This work includes but is not limited to the following: 1. Three (3) 6" diameter penetrations, with capped couplings, through the tank support column, located approximately two feet (2') above the tank column floor. 2. Three (3) 6" diameter penetrations, with capped couplings, through the tank condensate ceiling. Three (3) 6" diameter penetrations, with capped couplings, through the tank access tube, located adjacent to the access tube roof hatch. 4. Suitable clips welded to the inside of the tank support column and access tube to safely secure antenna cable conduit(s). FY042150 Canterbury Road Tank Section 13210-13 5. Provide a 20 -ft diameter antenna rail on the roof for mounting of antennas. The antenna rail shall be 60 inches high and shall include three rails, a toeboard and vertical posts with knee braces to the roof. The rails, posts and knee braces shall be 3 x 3 x 1/4 angle. Vertical post spacing shall not exceed 6 ft. Handrail shall meet all OSHA requirements. Provide a screen system on the 60 -inch high antenna rail that will screen tank top appurtenances from view from ground level. 6. Owner shall supply to the tank vendor for his design consideration the loads and moments that the antenna base(s) will impose on the tank roof and/or shell. Tank vendor shall then be responsible for designing and installing suitable brackets, pads plates, and supports necessary. Installation of antennas and their cables shall be by others. END OF SECTION FY042150 Canterbury Road Tank Section 13210-14 • SECTION 13212 • FLUTED COLUMN ELEVATED TANK SPECIFICATION PART 1 - GENERAL 1.1 DESCRIPTION SCOPE OF WORK: The work to be performed under these specifications includes furnishing all labor, materials, tools and equipment necessary to design, fabricate, construct, inspect and test a fluted column style elevated water storage tank, including the design and construction of the foundation and accessories as shown on the Drawings and specified herein. The work shall also include all labor, materials and equipment necessary to clean, paint and disinfect the water storage tank as specified herein. RELATED WORK: The work shall also include all labor, materials and equipment necessary to construct the site improvements and site piping as shown on the Drawings and specified herein. DESCRIPTION: The tank and support structure shall be the fluted column style similar to the HydropillarTM as designed and constructed by CB&I. The tank and support structure shall be of all welded steel design. The tank shall have a dome roof, straight sides and a coned and dished bottom. 1.2 PRE -QUALIFICATION OF CONTRACTOR Bids will only be accepted from experienced Contractors who have successfully completed at least ten fluted column style elevated tanks of equal or greater capacity in the last ten years. Each bidder shall provide a list of at least five such projects stating location, completion date, contact names and telephone numbers. 1.3 STANDARDS, CODES AND GUIDES The following standards and specifications are referenced. The latest edition shall be used if the edition is not specified. AWWA D100-05 Standard for Welded Carbon Steel Tanks for Water Storage AWWA D102-03 Standard for Painting Steel Water Storage Tanks FY042150 Canterbury Road Tank Section 13212-1 AWWA C65r-02 Standard for Disinfection of Water Storage Facilities ACI 301-99 Specifications for Structural Concrete for Buildings ACI 318-02 Building Code Requirements for Structural Concrete NSF 61 Drinking Water System Components OSHA Occupational Safety and Health Standards SSPC-PA1 Paint Application Specification 1.4 OWNER OR ENGINEER SUPPLIED INFORMATION The Owner or Engineer shall provide the following information with the bid documents: Section 00200, Information Available to Bidders contains a soils investigation report that is specific to the site and prepared by a qualified Geotechnical Engineer. The soils investigation report shall include a determination of the Site Class. The determination of the Site Class shall be in accordance with AWWA D100-05. 2. Summary of FAA requirements are included in Section 00200, Information Available to Bidders. The FAA does not require an obstruction light, however, one is to be installed. 1.5 SUBMITTALS Each Contractor shall submit with its proposal a sketch of the fluted column tank showing major dimensions and plate thicknesses. A sketch of the foundation showing preliminary dimensions and approximate quantities of concrete and reinforcing steel shall also be provided with the Proposal. Prior to construction, the Contractor shall furnish construction drawings of the tank, fluted column and foundation sealed by a Professional Engineer licensed in the State of Arkansas. Construction drawings for the foundation shall show applicable design and construction standards, materials of construction, design loads and allowable soil bearing or pile capacity. 3. A summary of the design for the foundation, support structure and the tank, shall be provided prior to construction. The design summary shall show applicable design and construction standards, materials of construction, design loads and results showing conformance with the specifications. The design shall be sealed by a Professional Engineer licensed in the State of Arkansas. 4. Welder's certifications shall be submitted in accordance with AWWA D100-05. FY042150 Canterbury Road Tank Section 13212-2 5. Provide an operating and maintenance manual containing operating instructions, maintenance instructions, as -built construction drawings, cleaning and painting instructions, a gage table and catalog cuts of equipment supplied. PART 2 - PRODUCTS 2.1 GENERAL Furnish an elevated water storage tank as shown on the drawings and as specified in this Section. The design, materials, fabrication, construction, testing and inspection of the tank, fluted column and foundation shall comply with AWWA D100-05, except as modified herein. Tank capacity, head range, height to TCL and top of foundation elevation shall be as shown on the drawings. Tank net capacity shall be 500,000 gallons. 2.2 DESIGN CRITERIA Dead load shall be the estimated weight of all permanent construction and fittings. The unit weight of steel shall be considered as 490 pounds per cubic foot and the unit weight of concrete shall be taken as 144 pounds per cubic foot. 2. Water load shall be the weight of all of the liquid when the tank is filled to the overflow. The unit weight of water shall be 62.4 pounds per cubic foot. Snow load shall be in accordance with AWWA D100-05 and based on 25 pounds per square foot. 4. Wind load shall be in accordance with AWWA D100-05 and based on a basic wind speed Vof 90 miles per hours and exposure C. Seismic design shall be in accordance with AWWA D100-05 and based on the following parameters: Seismic Use Group III Site Class Tank center location C 36° 04' 35" latitude 94° 07' 06" longitude The design for all sections of the steel tank shall be per the classes of materials and unit tension/compression stresses specified in AWWA D100-05. A design per Section 14 of AWWA D100-05 shall not be permitted. Shells designed by Method 2 or Method 3 of Sec. 3.4.3 of AWWA D100- 05 shall be measured in accordance with Sec. 11.4.3.2.2 of AWWA D100-05. Documentation of the measurements and a certificate of compliance shall be provided. FY042150 Canterbury Road Tank Section 13212-3 8. All openings in the support structure shall be properly reinforced. Loads imposed by openings in the base of the support structure shall be accommodated in the foundation design. 9. Unless otherwise noted, at junctions in plates where meridional forces are discontinuous such as cone to cylinder junctions, a tension or compression ring may be required to resist the radial forces generated. In these regions, the allowable stresses shall not exceed those specified in AWWA D100-05. 10. A corrosion allowance of 1/16 inch shall be applied to the water bearing tank surfaces. The corrosion allowance shall be added to the required thickness determined by design. 11. The concrete foundation shall be designed by the Contractor using the information given in the geotechnical report. 12. Earth cover shall be a minimum of 3 feet over top of pipe in accordance with AWWA D100-05. Any pipe passing through the foundation which does not meet this minimum cover requirement, shall be properly insulated until such minimum cover is achieved. 2.3 APPURTENANCES 2.3.1 EXTERIOR DOOR Provide a double 36 -inch by 80 -inch commercial steel door. The door shall be 1 3/4 inches thick with 4 3/4 -inch 16 -gauge jambs, door holder and automatic door bottom. Door to be AMWELD series 1500 Seamless door, with Series 400 Frame, or approved equal. Door shall be minimum 16 -gauge and insulated with pre -formed polystyrene insulation. Door shall be thoroughly cleaned, phosphated and finished with one coat of baked -on rust inhibiting prime paint in accordance with ASTM B117 and ASTM D1735. Provide three (3) full mortise, 5 knuckle hinges, 4 1/2 inches by 4 1/2 inches minimum. Hinges shall be steel, phosphated and primed coated for finish painting. Provide a complete and functional door lockset and tumbler -type lock, keyed to the Owner's existing system. Door painting shall conform to the tank exterior paint system. 2.3.2. PIPING & PRESSURE RELIEF A 12 -inch diameter inlet pipe and an 18 -inch diameter outlet pipe shall be provided from the bottom of the tank to a flanged connection at the base of the support structure. The inlet and outlet pipes shall be steel with welded connections and have a thickness not less than 1/4 inch. Provide taps as shown on the drawings. Provide expansion joints near ground level. FY042150 Canterbury Road Tank Section 13212-4 2. The inlet 'e shall extend to elevation 1802.00 approximately 13 feet below the Top Capacity Line) and shall terminate with a 900 bend and short nozzle pipe as shown on the Drawings. The outlet pipe shall extend a minimum of six inches above the bottom of the tank floor or be equipped with a removable silt stop. 3. A 12 -inch diameter overflow pipe equipped with an anti -vortex entrance detail shall be provided. The overflow shall be designed to accommodate the maximum inlet rate specified in Item 4. The overflow pipe shall be steel with welded connections. The overflow shall be attached to the access tube and support structure, and discharge at a point approximately two feet above finish grade into a grate covered drainage manhole. The end of the overflow shall be covered with No. 4 mesh stainless steel screen and a No. 24 mesh stainless steel insect screen. 4. A minimum of one aluminum pressure -vacuum vent near the center of the roof shall be provided. The vent(s) shall be sized to handle pressure differential caused by water entering or leaving the tank at a maximum rate. The maximum inlet rate is 2,000 gpm, the maximum withdrawal rate is 10,000 gpm. The open area of the overflow shall not be considered as a venting area. The vent(s) shall have stainless steel insect screens and shall be designed to relieve any pressure or vacuum in the event the screen frosts•over or is otherwise clogged and shall be easily dismantled for cleaning. The vent(s) shall be self-correcting. The pressure -vacuum vent may be mounted on the exhaust hatch. 2.3.3 ACCESS, LADDERS & PLATFORMS Provide a ladder system attached to the support structure, which extends from grade to the walkway and painters access manhole. This ladder system shall be offset with rest platforms provided. Rest platforms shall have a hinged cover at the ladder opening. 2. Provide a ladder on the interior of the access tube from the walkway to the tank roof, and from the walkway to the tank bottom manhole. These ladders shall be equipped with ladder safety rails or cables. 3. The ladder safety cable shall be an OSHA approved, galvanized system as manufactured by DBI-Sala, or equal. The Owner shall be supplied with two (2) harnesses and two (2) sleeves. 4. Provide a walkway immediately below the tank extending from the support structure to the access tube. The walkway shall be a minimum of 48 inches wide with 42 -inch high handrails. Provide an access tube located on the vertical centerline of the tank. The access tube shall have a minimum diameter of 48 inches and shall provide access from the walkway to the tank roof. The platform at the bottom of the access tube shall have a 24 -inch diameter opening with hinged cover for future containment rigging. FY042150 Canterbury Road Tank Section 13212-5 2.3.4 MANHOLES, HATCHES & VENTS One 30 -inch diameter painters access manhole shall be provided giving access to the exterior painter's rail located at the top of the support structure. There shall be a platform inside the support structure at this point. 2. One 30 -inch diameter tank bottom manhole shall be provided in the tank bottom with access by ladder from the walkway. 3. Two 30 -inch diameter steel hatches shall be supplied. One shall be at the top of the access tube with spring assist, chain and inside handle. The other shall be adjacent to the access tube for entry into the tank and shall have a handle and hasp. The hatch openings shall have a curb four inches high and the cover shall have a downward overlap of two inches. 4. One 24 -inch diameter flanged exhaust hatch shall be supplied, located adjacent to the access tube and so constructed that an exhaust fan may be connected for ventilation during painting. 5. One 24 -inch diameter painters access manhole shall be provided adjacent to each interior painters rail giving access from the roof. The 24 - inch diameter exhaust hatch may be positioned to serve as one of these access manholes. 6. A minimum of eight (8) vents, 10 inches in diameter, shall be provided in the support structure. Half of the vents shall be installed near the top of the support structure and the other half near the base. If the tank is equipped with a condensate ceiling, the lower vents shall be located above the condensate ceiling. All vents to the tank interior shall be covered with a #24 mesh stainless steel screen. 2.3.5 PAINTER'S RAILS Provide painter's rails as shown on the drawings and specified herein: Interior Painter's Rails. The rails shall be attached to the underside of the roof. Provide one rail near the center of the tank and one rail approximately 18 inches from the tank shell. If the slope distance between these two rails exceeds 32 feet, provide a third rail. 2. Exterior Painters Rail. The rail shall be located near the top of the support structure and be accessible from the walkway via the painters access manhole. FY042150 Canterbury Road Tank Section 13212-6 C: 2.3.6 ELECTRICAL Interior waterproof light sockets with rigid conduit, wiring and switch shall be provided inside the support structure and access tube. Total number and location of lights shall be as shown on the Drawings. All wiring shall be in conduit. The conduit and wiring shall terminate with a junction box in the base of the support structure. Duplex outlets shall be installed as shown on the Drawings. Electric service shall be provided and connected by the Contractor. 2.3.7 GALVANIC CORROSION PROTECTION Dissimilar metals inside the tank and below the TCL shall be electrically isolated from carbon steel tank components to which they attach. Painting of the dissimilar metals does not eliminate the requirement for isolation. PART 3— EXECUTION 3.1 INSPECTION Inspection and testing shall be in accordance with of AWWA D100-05. 3.2 CONCRETE FOUNDATION If, during excavation, conditions are encountered which differ from those given in the soil report, appropriate adjustments to construction schedule and price will be negotiated. 2. Inlet and outlet pipes extending a minimum of 3 feet outside the foundation wall shall be included as part of the foundation. 3. Provide a 6 inch concrete slab at grade in the base of the support structure. The slab shall be placed over compacted structural backfill and shall be reinforced with a #4 reinforcing steel at 12 -inch centers each way. Provide 1/2 -inch expansion material at the slab to foundation intersection and at floor penetrations. Provide saw -cut control joints at 18 foot maximum spacing. The slab shall be sloped towards the floor drain. The slab shall be constructed in accordance with the latest edition of ACI 301. 4. All concrete work shall comply with ACI 301. 3.3 WELDING All welding shall comply with AWWA D100-05. 2. All welding procedures, welders and welding operators shall be qualified in accordance with ASME Section IX for the processes and positions utilized. FY042150 Canterbury Road Tank Section 13212-7 3. The girth earns of the support structure shall butt -welded and the vertical seams shall be continuous fillet lap -welded on the outside. 4. The edges or surfaces of the pieces to be joined by welding shall be prepared by flame cutting, plasma arc cutting, arc gouging, machining, shearing, grinding or chipping and shall be cleaned of detrimental oil, grease, scale and rust. The edges of the pieces may have a protective coating applied to them which need not be removed before they are welded unless specifically prohibited by the welding procedures. 5. Field and shop welding may be done by the shielded metal arc welding process, the gas metal arc welding process, the flux core arc welding process and the submerged arc welding process. 6. Plates and component members of the tank shall be assembled and welded following erection methods which result in a minimum of distortion from weld shrinkage. Surfaces to be welded shall be free from loose scale, slag, heavy rust, grease, paint and other foreign material. PART 4 —COATINGS & FINISHES 4.1 GENERAL All tank painting and paint testing shall be in accordance with AWWA D102, the Steel Structures Painting Council Specification SSPC-PA1, approved paint manufacturer specifications and as specified herein. 2. Each paint system shall be from a single manufacturer. The paint and paint products specified are manufactured by Tnemec. The products of other manufacturers may be used subject to review and approval by the engineer. 3. Pre -construction primers may be utilized in the fabrication process to preserve the blast profile and cleanliness. In the field, weld seams and abraded areas will be cleaned on a spot basis. The remaining sound primer will be cleaned to remove dirt and other contaminants. After cleaning the specified coating system will be applied in its entirety in the field at the millages specified. 4. No paint shall be applied when the temperature of the surface to be painted is below the minimum temperature specified by the paint manufacturer, or less than 5 degrees above the dew point temperature. Paint shall not be applied to wet or damp surfaces or when the relative humidity exceeds 85% unless allowed by manufacturer's data sheets. Follow the paint manufacturer's recommendations for the specific paint system used. FY042150 Canterbury Road Tank Section 13212-8 5. After erection and before painting, remove slag, eld metal splatter and sharp edges by chipping or grinding. All surfaces that have been welded, abraded or otherwise damaged, shall be cleaned and primed in the field in accordance with the paint system requirements. 6. All areas blasted in the field shall be coated the same day before any rusting occurs. 4.2 EXTERIOR COATING SYSTEM Shop Surface Preparation: Spot clean as required to remove all oil and grease from the surface prior to blast cleaning. All surfaces shall be abrasive blast cleaned to a commercial finish in accordance with the recommended methods outlined in the Steel Structures Painting Council Specification (SSPC) SP -6. 2. Shop Primer: Immediately after abrasive blasting and before any rusting occurs (within 12 hour maximum) apply one coat of zinc -rich urethane TNEMEC Series 91-H2O Hydro -Zinc or equal, to a dry film thickness (DFT) range of 2.5 to 3.5 mils. Field Surface Preparation: After erection and prior to field touch-up priming, all surfaces shall be cleaned to remove all surface contamination including oil, grease, dust, dirt and foreign matter. Weld slag, weld spatter and other sharp or rough projections shall be removed. All rusted, abraded and unpainted areas shall be blast cleaned to a commercial finish in accordance with SSPC SP -6. 4. Field Touch -Up: Spot prime with zinc -rich urethane TNEMEC Series 91- H2O Hydro -Zinc or equal, to a DFT range of 2.5 to 3.5 mils. 5. Field Intermediate Coat: Apply one coat of polyamide epoxy TNEMEC Series 66 Hi -Build Epoxoline or Series 161 Tneme-Fascure (fast cure) or equal, to a DFT range of 2.0 to 3.0 mils. The color shall be tinted to contrast the prime coat. 6. Field Finish Coat: Apply one coat of aliphatic acrylic polyurethane TNEMEC Series 1075 U Endura-Shield II or equal, to a DFT range of 2.0 to 3.0 mils. Finish color shall be selected by the Owner. 7. The total DFT range of the three coat Exterior Paint System shall be 7.0 to 11.0 mils, based on spray application. If applied by roller or brush, additional coats may be necessary to achieve the required film thickness and satisfactory hiding with the finish color. 8. Exterior paint finish color shall be Tnemec Slate Gray 31 GR or approved equal. The shop primer and the finish coatings shall all be supplied by the same paint manufacturer. FY042150 Canterbury Road Tank Section 13212-9 4.3 INTERIOR WE�OATING SYSTEM • Shop Surface Preparation: Spot clean as necessary to remove all oil and grease from the surface prior to blast cleaning. All surfaces shall be abrasive blast cleaned to a near -white finish in accordance with SSPC SP -10. Shop Primer: Immediately after abrasive blasting and before any rusting occurs (within 12 hour maximum), apply one coat of zinc -rich urethane TNEMEC Series 91-H2O Hydro -Zinc or equal, to a DFT range of 2.5 to 3.5 mils. Field Surface Preparation: After erection and prior to field touch-up priming, all surfaces shall be spot cleaned as required to remove all surface contamination including oil, grease, dust, dirt and foreign matter. Weld slag, weld spatter and other sharp or rough projections shall be removed. All rusted, abraded and unpainted areas shall be blast cleaned to a near white finish in accordance with SSPC SP -10. 4. Field Touch -Up: Spot prime with zinc -rich urethane TNEMEC Series 91- H2O Hydro -Zinc or equal, to a DFT range of 2.5 to 3.5 mils. 5. Irregular surfaces, including weld seams, bolt heads and nuts, corners and edges, shall be stripe coated by brush or roller after the field spot prime coat has been applied and prior to application of the first full field coat. 6. Intermediate Field Coat: Apply one coat of polyamide epoxy TNEMEC Series 20-1255 (beige) Pota-Pox or Series FC20 Pota-Pox (fast cure) or equal, to a DFT range of 4.0 to 6.0 mils. 7. Field Finish Coat: Apply one coat of polyamide epoxy TNEMEC Series 20-15BL (tank white) Pota-Pox or Series FC20 Pota-Pox (fast cure) or equal, to a DFT range of 4.0 to 6.0 mils. The total DFT range of the three coat Interior Paint System shall be 10.5 to 15.0 mils. The shop primer and the finish coatings shall all be supplied by the same paint manufacturer. INTERIOR DRY COATING SYSTEM Shop Surface Preparation: Spot clean as necessary to remove all oil and grease from the surface prior to blast cleaning. All surfaces shall be abrasive blast cleaned to a commercial finish in accordance with SSPC SP -6. FY042150 Canterbury Road Tank Section 13212-10 2. Shop Prier: Immediately after abrasive blastiand before any rusting occurs (within 12 hour maximum), apply one coat of polyamide epoxy TNEMEC Series V140-1255 (beige) Pota-Pox Plus or Series V140F Pota-Pox Plus (fast cure) or equal, to a DFT range of 3.0 to 5.0 mils. 3. Field Surface Preparation: After erection and prior to field touch-up priming, all surfaces shall be spot cleaned as required to remove all surface contamination including oil, grease, dust, dirt and foreign matter. Weld slag, weld spatter and other sharp or rough projections shall be removed. All rusted, abraded and unpainted areas shall be blast cleaned to a commercial finish in accordance with SSPC SP -6. 4. Field Touch -Up: Spot prime with polyamide epoxy TNEMEC Series 20- 1255 (beige) Pota-Pox or Series FC20 Pota-Pox (fast cure) or equal, to a DFT range of 3.0 to 5.0 mils. 5. Field Finish Coat: Apply one coat of polyamide epoxy TNEMEC Series 20-15BL (tank white) Pota-Pox or Series FC20 Pota-Pox (fast cure) or equal, to a DFT range of 3.0 to 5.0 mils. 6. The total DFT range of the two coat Interior Paint System shall be 6.0 to 10.0 mils. 7. The shop primer and the finish coatings shall all be supplied by the same paint manufacturer. 4.5 LETTERING AND LOGO Not Required 4.6 FIELD QUALITY CONTROL Inspector's Services: a. Verify coatings and other materials are as specified. b. Verify surface preparation and application are as specified. c. Verify DFT of each coat and total DFT of each coating system are as specified using wet film and dry film gauge. Refer to SSPC- PA2 for measurement of Dry Coating Thickness with Magnetic Gages. d. Coating Defects: Check coatings for film characteristics or defects that would adversely affect performance or appearance of coating systems. 1. Check for holidays and interior steel immersion surfaces using holiday detector in accordance with NACE Specification SP0188-2006. e. Report: 1. Submit written reports describing inspections made and actions taken to correct nonconforming work. 2. Report nonconforming work not corrected. 3. Submit copies of report to Engineer and Contractor. FY042150 Canterbury Road Tank Section 13212-11 2. Manufacturers Field Services: Manufacturer's representatives shall provide technical assistance and guidance for surface preparation and application of coating systems. PART 5 - TESTING AND STERILIZATION Sufficient cure, per the manufacturer's recommendations, of the final coat on the interior wet surface shall be allowed before the elevated tank is sterilized and filled with water. 2. The tank shall be sterilized per the requirements of AWWA C652. Chlorination Method No. 2 or 3. 3. The Owner, free of charge to the Contractor, shall furnish and dispose of sufficient water for testing and sterilization. The water shall be at proper pressure to fill the tank to the maximum working level. Any leaks in the tank that are disclosed by this test shall be repaired by gouging out defective areas and re -welding. No repair work shall be done on any joint unless the water in the tank is at least two feet below the joint being repaired. Any paint damaged by repairs shall be properly restored. 4. Upon completion of the sterilization procedure, the Owner or his representative shall arrange and bear the cost of any bacteriological testing of water samples from the tank that may be required. The tank shall not be placed in service until safe test results are obtained. PART 6 - GUARANTEE The Contractor shall guarantee its work for a period of one year from the date of substantial completion. Substantial completion is defined as the date when the tank is placed, or available to be placed, into service. The Contractor will repair any defects of which they are notified during that period which may appear because of faulty design, workmanship or materials furnished under the specifications. Defects caused by damaging service conditions such as electrolytic, chemical, abrasive or other damaging service conditions are not covered by this guarantee. All guarantees and extended warranties offered by the manufacturer or installer of paint, equipment or accessories provided under this Contract shall be obtained by the Contractor and provided to the Owner. PART 7- PURCHASER OPTIONS AND ALTERNATIVES 7.1 PIPE INSULATION AND TANK DRAIN Provide 1 -inch molded rigid foam polyisocyanurate insulation complete with vapor barrier on inlet and outlet pipes. Securely fasten the insulation to the pipe using aluminum banding. FY042150 Canterbury Road Tank Section 13212-12 2. A 3 -inch diameter non -freeze drain pipe shall penetrate the tank at the low point of the tank floor. A NSF approved flexible pipe shall be used to connect the drain pipe to the overflow pipe. The drain inlet shall be fitted with a threaded plug with handle. 7.2 ACCESS, LADDERS & PLATFORMS A ladder for access to the tank interior from the roof, shall be provided and attached to the access tube. This ladder shall be equipped with ladder safety cable. 7.3 ELECTRICAL Exterior lighting above the access door for added security. A double obstruction light shall be provided on the roof of the tank near the apex. The lights shall be enclosed in aviation red obstruction light globes as approved by the FAA, complete with an automatic photo- electric cell type switch. The Contractor shall install all conduit and wiring from the light to the electrical service panel. 7.4 CONDENSATION A fabric condensate ceiling shall be provided inside the support structure. The condensate ceiling shall be equipped with 2 -inch diameter PVC drain pipe to the drain manhole. The end of the drain pipe shall be covered with a No. 24 mesh stainless steel screen. 7.5 SEAL WELDING To minimize corrosion and rust staining on the underside of the roof, the roof plate laps and rafter -to -roof plate seams shall be seal welded. Roof plates shall be a minimum of 1/4 inch thick to limit distortion due to welding on both sides of plates. 7.6 ANTENNA RAIL AND CABLE DETAILS Provide all labor, materials, equipment and installation to make all necessary provisions for future antenna cable(s) routing. This work includes but is not limited to the following: 1. Three (3) 6" diameter penetrations, with capped couplings, through the tank support column, located approximately two feet (2') above the tank column floor. 2. Three (3) 6" diameter penetrations, with capped couplings, through the tank condensate ceiling. Three (3) 6" diameter penetrations, with capped couplings, through the tank access tube, located adjacent to the access tube roof hatch. FY042150 Canterbury Road Tank Section 13212-13 4. Suitable clips welded to the inside of the tank support column and access tube to safely secure antenna cable conduit(s). 5. Provide a 20 -ft diameter antenna rail on the roof for mounting of antennas. The antenna rail shall be 60 inches high and shall include three rails, a toeboard and vertical posts with knee braces to the roof. The rails, posts and knee braces shall be 3 x 3 x 1/4 angle. Vertical post spacing shall not exceed 6 ft. Handrail shall meet all OSHA requirements. Provide a screen system on the 60 -inch high antenna rail that will screen tank top appurtenances from view from ground level. 6. Owner shall supply to the tank vendor for his design consideration the loads and moments that the antenna base(s) will impose on the tank roof and/or shell. Tank vendor shall then be responsible for designing and installing suitable brackets, pads plates, and supports necessary. Installation of antennas and their cables shall be by others. END OF SECTION FY042150 Canterbury Road Tank Section 13212-14 SECTION 13214 COMPOSITE ELEVATED TANK SPECIFICATION PART 1 - GENERAL 1.1 DESCRIPTION 1. SCOPE OF WORK: The work to be performed under these specifications includes furnishing all labor, materials, tools and equipment necessary to design, fabricate, construct, inspect and test a welded steel elevated water storage tank supported on a concrete support structure, including the foundation and accessories as shown on the Drawings and specified herein. The work shall also include all labor, materials and equipment necessary to clean, paint and disinfect the water storage tank as specified herein. 2. RELATED WORK: The work shall also include all labor, materials and equipment necessary to construct the site improvements and site piping as shown on the Drawings and specified herein. 3. DESCRIPTION: The tank and support structure shall be the composite elevated tank style similar to tanks designed and constructed by CB&I. The tank shall be of all welded steel design and have a dome roof, straight sides and a cone bottom. The support structure shall be of concrete design. The concrete support structure shall be configured so that a concrete tank floor with a steel liner plate supports the water inside the support structure wall. Suspended steel tank floor configurations will not be allowed. 1.2 PRE -QUALIFICATION OF CONTRACTOR Bids will only be accepted from experienced Contractors who have successfully designed and built at least ten (10) new composite style single pedestal elevated tanks, of equal or greater capacity, in the last five (5) years, with in-house resources. Subcontracting of the main design engineering, fabrication, shaft construction, and/or erection of the tank is not acceptable. Each bidder shall provide a list of at least ten such projects stating location, completion date, and contact telephone numbers with his bid. FY042150 Canterbury Road Tank Section 13214-1 1.3 STANDARDS, CODES AND GUIDES The latest edition of the following standards, codes and specifications shall be used: AWWA D100 Standard for Welded Steel Tanks for Water Storage AWWA D102 Standard for Painting Steel Water Storage Tanks AWWA C652 Standard for Disinfection of Water Storage Facilities ASCE 7 Minimum Design Loads for Buildings and Other Structures ACI 301 Standard Specifications for Structural Concrete ACI 305 Hot Weather Concreting ACI 306 Cold Weather Concreting ACI 318 Building Code Requirements for Structural Concrete NSF 61 Drinking Water System Components OSHA Occupational Safety and Health Standards SSPC-PA1 Paint Application Specification 1.4 GEOTECHNICAL INVESTIGATION Section 00200, Information Available to Bidders, provides an up-to-date soils investigation report furnished by a qualified Geotechnical Engineer specific to the site. 1.5 SUBMITTALS Each Contractor shall submit with their Proposal a sketch of the composite elevated tank showing major dimensions and plate thicknesses. A sketch of the foundation showing preliminary dimensions and approximate quantities of concrete and reinforcing steel shall also be provided with the proposal. 2. Prior to construction, the contractor shall furnish construction drawings of the tank, concrete support structure and foundation sealed by a Professional Engineer licensed in the State of Arkansas. 3. Welder's certifications shall be submitted in accordance with AWWA D100. FY042150 Canterbury Road Tank Section 13214-2 4. A summary of the design for the foundation, support structure and the tank, shall be provided prior to construction. Include the design basis, loading and results showing conformance with the specifications and the referenced codes and standards. The design shall be sealed by a Professional Engineer licensed in the State of Arkansas. 5. Provide an operating and maintenance manual containing operating instructions, maintenance instructions, as -built construction drawings, cleaning and painting instructions, a gage table and catalog cuts of equipment supplied. PART 2 —PRODUCTS 2.1 GENERAL Furnish an elevated water storage tank as shown on the Drawings and as specified in this Section. The tank capacity, head range and the height to TCL shall be as shown on the Drawings. Tank net capacity shall be 500,000 gallons. 2.2 MATERIALS 1. Materials and material tests used for reinforced concrete shall conform to ACI 318 except as modified herein. 2. The same brand and type of cement, and aggregate from a consistent source shall be used throughout the construction of the concrete support structure to maintain uniformity of color. Colored concrete shall be used in the tank support column. The Owner will select the color to be used. 3. The minimum specified compressive strength of concrete shall be 4000 psi. The specified compressive strength of concrete used for the design of concrete components shall not exceed 5000 psi. 4. Deformed bar reinforcing steel shall conform to ASTM A615 grade 60 or ASTM A706 grade 60. Plain welded wire reinforcement shall conform to ASTM A185. 5. Materials and material tests for the steel tank and all tank components shall comply with the latest edition of AWWA D100 except as modified herein. 2.3 DESIGN CRITERIA 2.3.1 GENERAL Dead load shall be the estimated weight of all permanent construction and fittings. The unit weight of steel shall be considered as 490 pounds per cubic foot and the unit weight of concrete shall be taken as 144 pounds per cubic foot. FY042150 Canterbury Road Tank Section 13214-3 2. Water load shall be the weight of the water when the tank is filled to the overflow. The unit weight of water shall be 62.4 pounds per cubic foot. 3. Snow load shall be 25 pounds per square foot, in accordance with AWWA D100. 4. Wind loads shall be based on a basic wind speed, V, of 90 mph and exposure category C in accordance with ASCE 7 for Category IV (essential facility) structures. 5. Horizontal and vertical seismic loads shall be based on a maximum considered earthquake spectral response acceleration at short periods, Ss, of 25, and at a period of 1.0 second, S1, of 10 in accordance with ASCE 7 for Category IV (essential facility) structures. The site classification shall be C as determined by the soils investigation report. 6. The structural effects of the applied loads shall be considered with the loads defined according to ASCE 7. The following load combinations are required for strength design: 1.4D + 1.6F + 1.6(Lr+L) 1.2D + 1.2F + 1.6(Lr+L) + 1.6W 1.2D+1.2F+1.OE 0.9D + 1.6W 0.9D + 1.0F + 1.0E The following load combinations are required for allowable stress design: D+F+Lr+L D+F+Lr+L+W D+F+0.7E D+W D+F+0.7E 2.3.2 FOUNDATION 1. The design of the foundation shall conform to ACI 318 except as modified herein. 2. The foundation design shall be by the Contractor and shall conform to the recommendations given in the soils investigation report. The foundation depth shall be as required for the extreme frost penetration shown in AWWA D100. 3. Earth cover shall be a minimum of 3 feet over top of pipe in accordance with AWWA D100. Any pipe passing through the foundation which does not meet this minimum cover requirement, shall be properly insulated until such minimum cover is achieved. FY042150 Canterbury Road Tank Section 13214-4 4. Unless modified by the Geotechnical Engineer, the foundation shall be sized to provide a safety factor of 3.0 against the ultimate soil bearing capacity in accordance with AWWA D100. For driven pile the safety factor shall be at least 2.0. Safety factors may be reduced to 2.25 and 1.5 respectively when direct vertical loads are combined with wind or seismic. 5. The foundation shall be sized such that there is a minimum safety factor of 1.5 against overturning for wind or seismic events using service load combinations. 2.3.3 CONCRETE SUPPORT STRUCTURE 1. The design of the concrete support structure shall conform to ACI 318 except as modified herein. 2. The minimum wall thickness shall not be less than 8 inches exclusive of rustications or other architectural relief. 3. The concrete support structure walls shall have a minimum reinforcement ratio of 0.15% vertically and 0.20% horizontally. Where No. 6 or larger bars are used or where the seismic design category determined in accordance with ASCE 7 is D, E or F, the minimum reinforcement ratio shall be 0.25% in the vertical and horizontal directions. 4. The concrete support structure walls shall have reinforcement placed in two layers in each direction with 50% of the minimum required steel in each layer. 5. The vertical load capacity for walls shall be determined using strength design methods. For walls without transverse tie reinforcement the vertical load capacity of the concrete shall be determined by, Puw = 0.36BwflDf'cw For walls with transverse tie reinforcement as required for the use of compression reinforcement in accordance with ACI 318, the vertical load capacity shall be determined by, Puw = 0.44Bw[f'c + 0.52(fy-0.85f'c)p]Aw Where: Puw = ultimate capacity of the wall Bw = 80hw/Dw, but not greater than 1.0 hw = wall thickness, exclusive of rustications or architectural relief Dw = outside diameter of support structure f'c = specified concrete strength fy = specified yield strength of reinforcement p = ratio of area of longitudinal steel to area of wall Aw = wall area exclusive of rustications or architectural relief FY042150 Canterbury Road Tank Section 13214-5 6. Horizontal reinforcement shall be provided to resist the ovalling of the wall due to wind pressure. The strength design wind ovalling moment per foot of height shall be determined by, RI = 1.6*0.052pzDw2 Where: pz = qzG in accordance with ASCE 7 DW = outside diameter of support structure 7. The concrete support structure walls shall be designed to resist in plane shear in accordance with ACI 318. The effect of openings shall be considered in the shear design. 8. Openings in the concrete support structure walls that are less than or equal to 24 inches and are isolated do not require a beam and column analysis. Isolated openings shall have a clear distance between openings equal to 0.75 times the cumulative width of adjacent openings. Additional reinforcement having an area of not less than 1.2 times the area of interrupted reinforcement shall be distributed equally to either side of openings. Openings shall have a minimum of one No. 5 reinforcing bar placed diagonally in each corner. All reinforcing shall be fully developed beyond the opening. 9. Openings larger than 24 inches or combinations of openings that are not isolated shall be designed using an effective beam and column analysis. Each side of the opening shall be designed as a tied reinforced concrete column in accordance with ACI 318. 9.1 The column shall be designed for the vertical load applied to half the opening width plus the column width. The effective width of the support structure wall used for the column shall not exceed, (2+ Bd/48)/hw Where: Bd = opening width hw = wall thickness, exclusive of any architectural relief 9.2 The effective unsupported column length (kl) for openings shall not be less than 0.85Hd, where Hd is the opening height. The column shall be considered a non -sway column. Hd shall be less than or equal to 12 times the support wall thickness to ensure that the column remains non -slender by ACI 318. Monolithic pilasters may be added on the interior of the support wall adjacent to the opening to avoid slenderness effects and for additional column strength. FY042150 Canterbury Road Tank Section 13214-6 9.3 Horizontal reinforcement shall be provided in the beams above and below openings. The reinforcement shall be provided within a height of 3 times h. The reinforcement provided shall not be less than, AS = 0.14P „,Bd/(raft') Where: = factored axial wall load in lb per unit of circumference Bd = opening width 0 = reduction factor = 0.9 for tension ft' = specified yield strength of reinforcement 9.4 The corners of the openings shall be reinforced with diagonal bars. The area of bars provided shall be equal to the minimum horizontal reinforcement ratio times the column area. A minimum of two No. 5 reinforcing bars shall be placed diagonally in each corner. 9.5 Reinforcement provided around openings shall be fully developed. Column reinforcement shall extend the greater of half the opening height or the development length above and below the opening or be developed into the foundation. Horizontal reinforcement shall extend the greater of the development length past the midpoint of the column or a minimum of half a development length beyond the column. 10. Local effects at openings shall be considered when the opening is located less than half the opening width above the foundation. The foundation shall be designed to adequately develop the opening reinforcement and redistribute loads across the unsupported width. 2.3.4 CONCRETE TO TANK INTERFACE The concrete to tank interface region includes those portions of the concrete support structure and welded steel tank that are effected by the transfer of forces between the concrete tank floor, ringbeam, tank cone bottom and support structure wall. The design of the interface region shall be based on an analysis using finite element or similar analysis which can accurately model the interaction of the intersecting elements. The analysis shall provide results including the shear, moment and compression or tension caused by the intersecting elements in the interface region. 2. The analysis shall consider the transfer of forces from the intersecting elements under all anticipated load conditions. These conditions shall include the eccentricity of loads, restraint effects caused by shrinkage and temperature differentials, long term effects caused by concrete creep, and the effect of anchorage of the welded steel tank to the concrete. FY042150 Canterbury Road Tank Section 13214-7 S • 3. The geometry of the interface region shall provide positive drainage at the top of the wall and ringbeam. Condensation or precipitation shall not be allowed to accumulate in this area. 4. The geometry of the tank shall be established such that the ringbeam provided at the top of the wall is a compression member with gravity loads acting alone (D + F). In this loading condition the compressive stress in the ringbeam shall be not less than 50 psi to minimize cracking in the interface region. No direct tension in the ringbeam under this loading condition will be allowed. The maximum compression in the ringbeam shall be no greater than 0.18fc psi. 5. The ringbeam shall be reinforced as a compression member with a minimum longitudinal reinforcement ratio of 0.50%. Tie reinforcement shall be provided in accordance with ACI 318 for compression members as a minimum. Additional tie reinforcement shall be provided if required by the analysis of the interface region. 6. When a concrete dome supports the tank contents, it shall not be less than 9 inches thick, or less than the mean spherical radius of the dome divided by 50. The minimum reinforcement ratio shall be 0.36% in orthogonal directions. The reinforcement shall be placed in two layers with 50% of the minimum required steel in each layer. 2.3.5 WELDED STEEL TANK 1. The design for all sections of the steel tank shall be per the unit tension/compression stresses allowed for material classes listed in the latest edition of AWWA D100. Designing per Section 14 of AWWA D100 shall not be permitted. 2. The tank shall have a domed steel roof to minimize water ponding on the roof plates. The dome roof also allows visual confirmation of roof accessories for tank security and structural integrity by allowing observation of the roof appurtenances. The roof radius shall be between 0.8 and 1.2 times the tank diameter. Roof plates and supporting structure shall be designed to support the full snow load or 15 psf as a minimum. 3. For areas of the steel tank where the water is supported by a steel cone, the cone plate thickness may be determined using a nonlinear buckling analysis. A nonlinear buckling analysis may only be performed for liquid filled cones with a thickness -to -radius ratio greater than 0.0010 and less than 0.0030. The angle of the cone measured from the axis of revolution to the plate surface shall not exceed 60 degrees. If a nonlinear buckling analysis is not performed, the cone plate thickness shall be determined in accordance with the shell stability formulas provided in AWWA D100. 3.1 The nonlinear buckling analysis shall include the effects of material and geometric non-linearities, residual stresses and imperfections. FY042150 Canterbury Road Tank Section 13214-8 0 0 3.2 The imperfection considered in the analysis shall have a magnitude of not less than 0.04(Rt)''2, where R is the radius normal to the plate measured to the axis of revolution, and t is the corroded plate thickness. The length of the imperfection shall be equal to or less than 4(Rt)112 and be appropriate for the type of construction used for the cone. The location and shape of the imperfection shall produce the lowest critical buckling stress. 3.3 The minimum specified yield strength of the cone plate material shall be equal to or greater than 36 ksi. The yield strength used for the analysis shall be no greater than 40 ksi when the material of construction has a minimum specified yield strength greater than 40 ksi. 3.4 Plate thickness used for the cone plates shall be no less than 80% of that required by the shell stability formulas provided in AWWA D100 when the thickness to radius ratio is greater than or equal to 0.00143. Cone plate thickness shall be no less than 70% of that required by AWWA D100 when the thickness to radius ratio is less than 0.00143. 3.5 The nonlinear buckling analysis shall demonstrate that the provided cone plate thickness has a factor of safety of at least 2.0 against buckling in the corroded condition. 4. The concrete tank floor shall be covered with a welded steel liner to provide a water tight boundary. The minimum thickness of the liner plate shall be 1/4 -inch. Liner plates may be placed directly on the concrete when the liner plates are formed to match the shape of the tank floor. Liner plates that are not formed to match the shape of the tank floor shall have the space between the liner plates and the tank floor completely filled with a flowable grout. 5. Unless otherwise noted, at junctions in plates where meridional forces are discontinuous such as cone to cylinder junctions, a tension or compression ring may be required to resist the radial forces generated. In these regions, the allowable stresses shall not exceed those referred to in AWWA D100. 5.1 Tension ring stresses shall not exceed the lesser of 15,000 psi or one half of the minimum specified yield of the plate material. 5.2 Compression ring stresses shall not exceed 15,000 psi. 5.3 To determine the stresses in the ring due to discontinuity forces, the tank plates immediately adjacent to the discontinuity may be assumed to participate for a distance of 0.78(Rt)112. 6. Minimum plate thickness of all tank parts shall be in accordance with AWWA D100. FY042150 Canterbury Road Tank Section 13214-9 • S 7. A corrosion allowance of 1/16 inch shall be applied to the water bearing tank surfaces. The corrosion allowance shall be added to the required thickness determined by design. 2.4 APPURTENANCES 2.4.1 EXTERIOR DOORS 1. Provide a double 36 -inch x 84 -inch commercial steel door, 1%" thick, 4%" 16 -gauge jamb, industrial duty type door closer and automatic door bottom. Door to be AMWELD series 1500 seamless door, with series 400 frame, or approved equal. Door shall be minimum 16 -gauge and insulated with pre -formed polystyrene insulation. Door shall be thoroughly cleaned, phosphated and finished with one coat of baked -on rust inhibiting primer in accordance with ASTM B117 and ASTM D1735. Provide three (3) full mortise, 5 knuckle hinges, 4'/z" x 4'/2" minimum. Hinges shall be steel, phosphated and primed coated for finish painting. Provide a complete and functional door lockset and tumbler -type lock, keyed to the Owner's existing system. Door painting shall conform to the tank exterior paint system. 2.4.2 PIPING & PRESSURE RELIEF 1. A 12 -inch diameter inlet pipe and an 18 -inch diameter outlet pipe shall be provided from near the low point of the tank floor to a flanged connection at the base of the support structure. The inlet pipe shall extend to elevation 1802.0 (approximately 13 feet below the Top Capacity Line) and shall terminate with a 90° bend and short nozzle pipe, as shown on the Drawings. The inlet and outlet pipes shall be ASTM A240 -304L material. Piping shall conform to ASTM A778 and welded fittings shall conform to ASTM A774. All pipe -to -pipe joints shall be welded. The pipe shall have a minimum thickness of schedule 10S but not less than 3/16 -inch. Provide stainless steel expansion joints near grade to accommodate differential movements between the inlet and outlet pipes and concrete support structure. The inlet and outlet pipes shall be attached to the support structure with galvanized steel brackets spaced no more than 20 feet apart. 2. A 12 -inch diameter overflow pipe equipped with an anti -vortex entrance shall be provided. The overflow pipe within the support structure shall be ASTM A240 -304L material. Stainless steel piping shall conform to ASTM A778 and welded fittings shall conform to ASTM A774. The pipe shall have a minimum thickness of schedule 5S but not less than 1/8 -inch. Inside the tank, the overflow pipe shall conform to ASTM A53 Grade B and have a minimum thickness of 1/4 -inch. All pipe -to -pipe joints shall be welded. The overflow shall be attached to the access tube and support structure, and discharge at a point approximately two feet above grade level into a grate covered drainage manhole. The attachment to the support structure shall be with galvanized steel brackets spaced no more FY042150 Canterbury Road Tank Section 13214-10 than 20 feet apart. The end of the overflow shall be covered with a No. 4 mesh stainless steel screen and a No. 24 mesh stainless steel screen. 3. A 3 -inch diameter drain pipe shall penetrate the tank at the low point of the tank floor. The drain pipe shall be fitted with a threaded plug and handle inside the tank and have a wall thickness equal to or greater than standard weight pipe. The drain pipe shall include a 3 -inch gate valve at an accessible location. The drain pipe shall conform to ASTM A53 Grade B and all pipe -to -pipe joints shall be welded. A NSF approved flexible pipe shall be used to connect the drain pipe to the overflow pipe. 4. A minimum of one aluminum pressure -vacuum vent near the center of the roof shall be provided. The vent(s) shall be sized to handle pressure differential caused by water entering or leaving the tank at a maximum rate. The maximum inlet rate is 2,000 gpm, the maximum withdrawal rate is 10,000 gpm. The open area of the overflow shall not be considered as a venting area. The vent(s) shall have stainless steel insect screens and shall be designed to relieve any pressure or vacuum in the event the screen frosts over or is otherwise clogged and shall be easily dismantled for cleaning. The vent(s) shall be self-correcting. The pressure -vacuum vent may be mounted on the exhaust hatch. 2.4.3 ACCESS, LADDERS & PLATFORMS Provide a galvanized steel ladder system attached to the support structure which extends from grade to the walkway and painters access manhole. This ladder system shall consist of a continuous straight run ladder with galvanized steel side step rest platforms provided at no more than 30 feet intervals. This ladder shall be equipped with a ladder safety rail or cable. 2. Provide a painted steel ladder on the interior of the access tube from the walkway to the tank roof. This ladder shall be equipped with a ladder safety rail or cable. 3. Provide a galvanized steel ladder from the walkway to the tank bottom manhole. This ladder shall be equipped with ladder safety rail or cable. 4. The ladder safety cable shall be an OSHA approved, galvanized system as manufactured by DBI Industries, or equal. Provide a removable extension for each ladder that does not extend 48 inches beyond the walkway level. The Owner shall be supplied with 2 harnesses, 2 lanyards and 2 sleeves. 5. Provide a galvanized steel walkway immediately below the tank extending from the support structure to the access tube. The walkway shall be a minimum of 48 inches wide with 42 -inch high handrails. FY042150 Canterbury Road Tank Section 13214-11 6. Provide an access tube located on the vertical centerline of the tank. The access tube shall have a minimum diameter of 48 inches. The access tube shall extend below the tank floor to the walkway level to provide continuous ladder access from the walkway to the tank roof. 2.4.4 MANHOLES, HATCHES & VENTS 1. One 24 -inch x 36 -inch painter's access manhole/ventilation louver opening shall be provided giving access to the exterior painter's rail located at the top of the concrete support structure. This opening shall have a removable aluminum rainproof louver with stainless steel insect screen to provide ventilation for the concrete support structure. The louver shall be accessible from the walkway. 2. One 30 -inch diameter tank bottom manhole shall be provided in the tank floor with access by ladder from the walkway. 3. Two 30 -inch diameter steel hatches shall be supplied. One shall be at the top of the access tube with chain, inside handle and 6 -inch aluminum vent. The other shall be adjacent to the access tube for entry into the tank and shall have a handle and hasp. The hatch openings shall have a curb 4 inches high and the cover shall have a downward overlap of 2 inches. 4. One 24 -inch diameter flanged exhaust hatch shall be supplied, located adjacent to the access tube and so constructed that an exhaust fan may be connected for ventilation during painting. 5. One 24 -inch diameter painter's access manhole shall be provided adjacent to each interior painter's rail giving access from the roof. The 24 - inch diameter exhaust hatch may be positioned to serve as one of these access manholes. 6. All vents to the tank interior shall be covered with a #24 mesh stainless steel screen. 2.4.5 PAINTER'S RAILS Provide painter's rails and an interior inspection rail as shown on the Drawings and specified herein: 1. Interior Painter's Rails. The rails shall be attached to the underside of the roof. Provide one rail near the center of the tank and one rail approximately 18 inches from the tank shell. If the slope distance between these two rails exceeds 32 feet, provide a third rail near midspan. 2. Exterior Painter's Rail. The rail shall be located near the top of the support structure and be accessible from the walkway via the painters access manhole/ventilation louver. FY042150 Canterbury Road Tank Section 13214-12 3. Interior Inspection Rail. The rail shall be located near the top of the support structure and be accessible from the walkway. The rail and support brackets shall be galvanized. 2.4.6 ELECTRICAL Interior waterproof light sockets with rigid conduit, wiring and switch shall be provided inside the support structure and access tube. There shall be one light located at the top of the access tube, one light at the lower end of the access tube above the walkway opening, one light at each of the support structure ladder rest platforms, and one light at the base of the support structure. Total number and location of lights shall be as shown on the Drawings. All wiring shall be in conduit. The conduit and wiring shall terminate with a junction box in the base of the tower. Duplex outlets shall be installed as shown on the Drawings. Electric service shall be provided and connected by the Contractor. PART 3— EXECUTION 3.1 GENERAL 1. All concrete formwork, placement and consolidation shall comply with ACI 318 and ACI 301 except as modified herein. Concrete tolerances shall comply with ACI 117 except as modified herein. 2. Concrete placed in cold weather conditions shall be protected to prevent damage in accordance with ACI 306. The cold weather protection shall continue until the concrete has attained 35% of the specified compression strength and the allowable temperature differential can be maintained. 3. Concrete placed in hot weather conditions shall be protected to prevent damage in accordance with ACI 305. 4. Concrete shall be cured in conformance with ACI 318. Curing methods shall be continued for three days or until the concrete has reached 70% of the specified compressive strength. 5. Concrete strength tests shall be taken in accordance with ACI 318 except as modified herein. Strength test samples shall be taken as the concrete is delivered from the truck. At least one strength test sample shall be taken for every day that concrete is placed. Additional strength test samples shall be taken for every 50 yd3 of concrete placed when the total daily pour is less than or equal to 150 yd3 and for every 150 yd3 of concrete placed when the total daily pour is greater than 150 yd3. 6. Each strength test sample shall provide at least four molded cylinders. Two cylinders will be used to establish the 28 day strength in accordance with ACI 318. One cylinder should be tested at 7 days to supplement the 28 day test. The fourth cylinder shall be a spare for the other cylinders. FY042150 Canterbury Road Tank Section 13214-13 7. Inspection and testing of the welded steel tank shall comply with AWWA D100 except as modified herein. 3.2 CONCRETE FOUNDATION 1. If, during excavation, conditions are encountered which differ from those given in the soil report, appropriate adjustments to construction schedule and price will be negotiated. 2. Inlet and outlet pipes extending 15 feet outside the foundation wall shall be included as part of the foundation. 3. All exposed formed surfaces shall receive a smooth as -cast form finish and all unexposed formed surfaces shall receive a rough form finish. All exposed unformed surfaces shall receive a trowel finish and all unexposed unformed surfaces shall receive a float finish. 4. Provide a 6 -inch concrete slab at grade in the base of the support structure. The slab shall be placed over compacted structural backfill and shall be reinforced with #4 reinforcing steel at 12 -inch centers each way. Provide 1/2 -inch expansion material at the slab to foundation intersection and at floor penetrations. Provide saw -cut control joints at 18 foot maximum spacing. The slab shall be sloped towards the floor drain. The slab shall be constructed in accordance with the latest edition of ACI 301. 3.3 CONCRETE SUPPORT STRUCTURE 1. The concrete support structure wall shall be constructed using a jump form process. The form system shall use curved, prefabricated form segments of the largest practical size to minimize panel joints. Concrete pour height shall be a minimum of 6 feet and a maximum of 12 feet. Form panels shall extend the full height of the concrete pour using only vertical panel joints. Formwork shall be secured using bolts through the wall prior to concrete placement. Working platforms that allow safe access for inspection and concrete placement shall be provided. Form facing material shall be metal, or plywood faced with plastic or fiberglass. 2. The form system shall incorporate a uniform pattern of vertical and horizontal rustications to provide architectural relief to the exterior wall surface. Construction joints and formwork panel joints shall be located in rustications. Formwork panel joints shall be sealed using closures which combine with the form pattern to prevent grout leakage and panel joint lines. The top of each concrete placement shall be finished with a grade strip. The vertical and horizontal rustications shall be proportioned and combined to impart a symmetrical architectural pattern to the completed structure. 3. Support wall forming system shall incorporate segmented concrete placement. Temporary vertical bulkheads shall divide the wall pour into segments that are less than a single batch of concrete. The bulkheads FY042150 Canterbury Road Tank Section 13214-14 shall be located at rustications, braced rigid and tight to maintain vertical alignment under concrete load. Each segment shall be continuously placed with concrete to the full form height. Temporary bulkheads shall not be removed until adjacent concrete is placed. 4. Formwork shall remain in place until the concrete has attained sufficient strength to support the form removal and subsequent loads without damage to the structure. The Contractor shall base formwork removal procedures and times on early -age test results. However, form movements and concrete placement shall be limited to a maximum of once per day. 5. Dimensional tolerances for the concrete support structure shall be checked by the contractor prior to each pour and maintained as the structure is built. The tolerances for construction of the concrete support structure are: 5.1 Support wall variation Thickness...........................3%,+5% Diameter ........................... 0.4% ≤ 3 inch Vertical alignment: in any 10 feet of height .....1 inch in any 50 feet of height .....2 inch over total height ..............3 inch 5.2 Tank floor variation: Slab floor thickness +5% .............-3%, Dome floor thickness ............-6%, +10% Dome floor radius ................1% Local deviation from true ...... 3/4 inch (Using a 5 foot sweep board) 5.3 Level alignment variation: From specified elevation .......1 inch From a horizontal plane ........1/2 inch 5.4 Offset between formwork: Exterior exposed surfaces .....1/8 inch Interior exposed surfaces ......1/4 inch 6. All exterior exposed surfaces shall receive a smooth as -cast form finish. All exposed surfaces shall be cleaned to remove surface contamination. All tie holes and concrete voids larger than 3/4 -inch shall be filled with a color matching grout. The surface shall receive a light brush blast to enhance the appearance. Colored concrete shall be used for the concrete support structure, using a color selected by the Owner. In the event that the color of the completed structure is inconsistent, the concrete shall be stained to achieve color consistency, using Tnemec Series 607 Conformal Stain, or approved equal, with the stain color to be selected by the Owner. FY042150 Canterbury Road Tank Section 13214-15 7. All exterior exposed concrete surfaces of the concrete support structure shall be sealed with Tnemec Series 660 Prime -A -Pell, or approve equal, applied in accordance with the manufacturer's instructions. 8. All interior exposed surfaces shall receive a rough as -cast form finish. All tie holes and concrete voids larger than 3/4 -inch shall be filled with a color matching grout. No additional finishing of the interior exposed surfaces is required. 9. The top of the concrete tank floor shall receive a float finish. 3.4 WELDED STEEL TANK 1. All welding shall comply with AWWA D100. 2. All welding procedures, welders and welding operators shall be qualified in accordance with ASME Section IX for the processes and positions utilized. 3. The edges or surfaces of the pieces to be joined by welding shall be prepared by flame cutting, plasma arc cutting, arc gouging, machining, shearing, grinding or chipping and shall be cleaned of detrimental oil, grease, scale and rust. The edges of the pieces may have a protective coating applied to them which need not be removed before they are welded unless specifically prohibited by the welding procedures. 4. Field and shop welding may be done by the shielded metal arc welding process, the gas metal arc welding process, the flux core arc welding process and the submerged arc welding process. 5. Plates and component members of the tank shall be assembled and welded following erection methods which result in a minimum of distortion from weld shrinkage. Surfaces to be welded shall be free from loose scale, slag, heavy rust, grease, paint and other foreign material. 6. The Contractor shall remove weld of slag, spatter, burrs and other sharp or rough projections. The surface of the weld shall be suitable for subsequent cleaning and painting operations. 7. Full penetration butt -welded joints shall be inspected using the radiographic examination method. The number and location of the radiographs and the acceptance criteria shall be as required by AWWA D100. Inspection by sectional segments is not allowed. 8. Main plate butt welds performed by off -site fab shop personnel shall be radiographed per the same AWWA D100 requirements as if the welds were made in the field. Copies of said shop weld radiographs shall be provided to the Engineer for review prior to the assemblies' installation. Shop welds are subject to additional radiographic examination at the site if deemed necessary to ensure compliance to the code. FY042150 Canterbury Road Tank Section 13214-16 9. All liner plate welds shall be tested using the vacuum box testing method before the tank is painted. 10. When the cone plate thickness has been determined using a nonlinear buckling analysis, the contractor shall measure the actual imperfections of the cone plates after welding. The measurements shall be taken in the meridional direction. Measurements shall be taken at each meridional weld seam and midway between each meridional weld seam. Where the actual imperfections exceed the tolerances assumed in the analysis, further evaluation will be required and corrective action such as reworking the shell or adding stiffeners may be required. PART 4 —COATINGS & FINISHES 4.1 GENERAL 1. All tank painting and paint testing shall be in accordance with AWWA D102, the Steel Structures Painting Council Specification SSPC-PA1, approved paint manufacturer specifications and as specified herein. 2. Each paint system shall be from a single manufacturer. The paint and paint products specified are manufactured by Tnemec. The products of other manufacturers may be used subject to review and approval by the engineer. 3. Pre -construction primers may be utilized in the fabrication process to preserve the blast profile and cleanliness. In the field, weld seams and abraded areas will be cleaned on a spot basis. The remaining sound primer will be cleaned to remove dirt and other contaminants. After cleaning the specified coating system will be applied in its entirety in the field at the millages specified. 4. No paint shall be applied when the temperature of the surface to be painted is below the minimum temperature specified by the paint manufacturer, or less than 5 degrees above the dew point temperature. Paint shall not be applied to wet or damp surfaces or when the relative humidity exceeds 85% unless allowed by manufacturer's data sheets. Follow the paint manufacturer's recommendations for the specific paint system used 5. After erection and before painting, remove slag, weld metal splatter and sharp edges by chipping or grinding. All surfaces that have been welded, abraded or otherwise damaged, shall be cleaned and primed in the field in accordance with the paint system requirements. 6. All areas blasted in the field shall be coated the same day before any rusting occurs. 7. The dry film thickness values shown below are average values subject to variation in thickness based upon industry practice and manufacturers FY042150 Canterbury Road Tank Section 13214-17 S recommendation. The actual dry film thickness value measured may vary from these average values within the range established by the manufacturer. 4.2 EXTERIOR COATING SYSTEM Shop Surface Preparation: Spot clean as required to remove all oil and grease from the surface prior to blast cleaning. All surfaces shall be abrasive blast cleaned to a commercial finish in accordance with the recommended methods outlined in the Steel Structures Painting Council Specification (SSPC) SP -6. 2. Shop Primer: Immediately after abrasive blasting and before any rusting occurs (within 12 hour maximum) apply one coat of zinc -rich urethane TNEMEC Series 91-H20 Hydro -Zinc or equal, to a dry film thickness (DFT) of 2.5 to 3.5 mils. 3. Field Surface Preparation: After erection and prior to field touch-up priming, all surfaces shall be cleaned to remove all surface contamination including oil, grease, dust, dirt and foreign matter. Weld slag, weld spatter and other sharp or rough projections shall be removed. All rusted, abraded and unpainted areas shall be blast cleaned to a commercial finish in accordance with SSPC SP -6. 4. Field Touch -Up: Spot prime with zinc -rich urethane TNEMEC Series 91- H20 Hydro -Zinc or equal, to a DFT of 2.5 to 3.5 mils. 5. Field Intermediate Coat: Apply one coat of polyamide epoxy TNEMEC Series 66 Hi -Build Epoxoline or Series 161 Tneme-Fascure (fast cure) or equal, to a DFT of 2.0 to 4.0 mils. The color shall be tinted to contrast the prime coat. 6. Field Finish Coat: Apply one coat of aliphatic acrylic polyurethane TNEMEC Series 1075 U Endura-Shield II or equal, to a DFT of 2.0 to 5.0 mils. Finish color shall be selected by the Owner. 7. The total DFT of the three coat Exterior Paint System is 8.0 to 12.5 mils, based on spray application. If applied by roller or brush, additional coats may be necessary to achieve the required film thickness and satisfactory hiding with the finish color. 8. Exterior paint finish color shall be Tnemec Slate Gray 31GR, or approved equal. 9. The shop primer and the finish coatings shall all be supplied by the same paint manufacturer. FY042150 Canterbury Road Tank Section 13214-18 4.3 INTERIOR WET COATING SYSTEM 1. Shop Surface Preparation: Spot clean as necessary to remove all oil and grease from the surface prior to blast cleaning. All surfaces shall be abrasive blast cleaned to a near -white finish in accordance with SSPC SP - 10. 2. Shop Primer: Immediately after abrasive blasting and before any rusting occurs (within 12 hour maximum), apply one coat of zinc -rich urethane TNEMEC Series 91-H20 Hydro -Zinc or equal, to a DFT of 2.5 to 3.5 mils. 3. Field Surface Preparation: After erection and prior to field touch-up priming, all surfaces shall be spot cleaned as required to remove all surface contamination including oil, grease, dust, dirt and foreign matter. Weld slag, weld spatter and other sharp or rough projections shall be removed. All rusted, abraded and unpainted areas shall be blast cleaned to a near white finish in accordance with SSPC SP -10. 4. Field Touch -Up: spot prime with zinc -rich urethane TNEMEC Series 91- H20 Hydro -Zinc or equal, to a DFT of 2.5 to 3.5 mils. 5. Irregular surfaces, including weld seams, bolt heads and nuts, corners and edges, shall be stripe coated by brush or roller after the field spot prime coat has been applied and prior to application of the first full field coat. 6. Intermediate Field Coat: Apply one coat of polyamide epoxy TNEMEC Series 20-1255 (beige) Pota-Pox or Series FC20 Pota-Pox (fast cure) or equal, to a DFT range of 4.0 to 6.0 mils. 7. Field Finish Coat: Apply one coat of polyamide epoxy TNEMEC Series 20- 15BL (tank white) Pota-Pox or Series FC20 Pota-Pox (fast cure) or equal, toaDFT of4.0 to 6.0 mils. 8. The total DFT of the three coat Interior Paint System is 10.5 to 15.0 mils. 9. The shop primer and the finish coatings shall all be supplied by the same paint manufacturer. 4.4 INTERIOR DRY COATING SYSTEM Shop Surface Preparation: Spot clean as necessary to remove all oil and grease from the surface prior to blast cleaning. All surfaces shall be abrasive blast cleaned to a commercial finish in accordance with SSPC SP -6. 2. Shop Primer: Immediately after abrasive blasting and before any rusting occurs (within 12 hour maximum), apply one coat of polyamide epoxy TNEMEC Series 20-1255 (beige) Pota-Pox or Series FC20 Pota-Pox (fast cure) or equal, to a DFT of 3.0 mils. FY042150 Canterbury Road Tank Section 13214-19 3. Field Surface Preparation: After erection and prior to field touch-up priming, all surfaces shall be spot cleaned as required to remove all surface contamination including oil, grease, dust, dirt and foreign matter. Weld slag, weld spatter and other sharp or rough projections shall be removed. All rusted, abraded and unpainted areas shall be blast cleaned to a commercial finish in accordance with SSPC SP -6. 4. Field Touch -Up: spot prime with polyamide epoxy TNEMEC Series 20- 1255 (beige) Pota-Pox or Series FC20 Pota-Pox (fast cure) or equal, to a DFT of 3.0 mils. 5. Field Finish Coat: Apply one coat of polyamide epoxy TNEMEC Series 20- 15BL (tank white) Pota-Pox or Series FC20 Pota-Pox (fast cure) or equal, to a DFT of 3.0 mils. 6. The total DFT of the two coat Interior Paint System is 6.0 mils. 7. The shop primer and the finish coatings shall all be supplied by the same paint manufacturer. 4.5 LETTERING AND LOGO Not required. 4.6 FIELD QUALITY CONTROL 1. Inspector's Services a. Verify coatings and other materials are as specified. b. Verify surface preparation and application are as specified. c. Verify DFT of each coat and total DFT of each coating system are as specified using wet film and dry film gauge. Refer to SSPC- PA2 for measurement of Dry Coating Thickness with Magnetic Gages. d. Coating Defects: Check coatings for film characteristics or defects that would adversely affect performance or appearance of coating systems. 1. Check for holidays and interior steel immersion surfaces using holiday detector in accordance with NACE Specification SP0188-2006. e. Report: 1. Submit written reports describing inspections made and actions taken to correct nonconforming work. 2. Report nonconforming work not corrected. 3. Submit copies of report to Engineer and Contractor. 2. Manufacturer's Field Services: Manufacturer's representatives shall provide technical assistance and guidance for surface preparation and application of coating systems. FY042150 Canterbury Road Tank Section 13214-20 PART 5 -TESTING AND STERILIZATION 1. Sufficient cure, per the manufacturer's recommendations, of the final coat on the interior wet surface shall be allowed before the elevated tank is sterilized and filled with water. 2. The tank shall be sterilized per the requirements of AWWA C652 Chlorination Method No. 2 or 3. 3. The Owner, free of charge to the Contractor, shall furnish and dispose of sufficient water for testing and sterilization. The water shall be at proper pressure to fill the tank to the maximum working level. Any leaks in the tank that are disclosed by this test shall be repaired by gouging out defective areas and re -welding. No repair work shall be done on any joint unless the water in the tank is at least 2 feet below the joint being repaired. Any paint damaged by repairs shall be properly restored. 4. Upon completion of the sterilization procedure, the Owner or his representative shall arrange and bear the cost of any bacteriological testing of water samples from the tank that may be required. The tank shall not be placed in service until safe test results are obtained. PART 6— GUARANTEE The Contractor shall guarantee its work for a period of one year from the date of substantial completion. Substantial completion is defined as the date when the tank is placed, or available to be placed, into service. The Contractor will repair any defects of which they are notified during that period which may appear because of faulty design, workmanship or materials furnished under the specifications. Defects caused by damaging service conditions such as electrolytic, chemical, abrasive or other damaging service conditions are not covered by this guarantee. All guarantees obtained by the Contractor from the manufacturer or installer of paint, equipment or accessories not manufactured by the Contractor shall be obtained for the benefit of the Owner. PART 7— PURCHASER OPTIONS AND ALTERNATIVES 7.1 PIPE INSULATION Provide 1 -inch molded rigid foam polyurethane insulation complete with vapor barrier on inlet/outlet pipe. Securely fasten the insulation to the pipe using aluminum banding. FY042150 Canterbury Road Tank Section 13214-21 7.2 ACCESS, LADDERS & PLATFORMS 1. A painted steel ladder for access to the tank interior from the roof, shall be provided and attached to the access tube. This ladder shall be equipped with a ladder safety rail or cable. 7.3 ELECTRICAL 1. Exterior lighting above the access door. 2. A double obstruction light shall be provided on the roof of the tank near the apex. The lights shall be enclosed in aviation red obstruction light globes as approved by the FAA, complete with an automatic photo -electric cell type switch. The Contractor shall install all conduit and wiring from the light to the electrical service panel. 7.4 SEAL WELDING To minimize corrosion and rust staining on the underside of the roof, the roof plate laps and rafter -to -roof plate seams shall be seal welded. Roof plates shall be a minimum of 1/4" thick to limit distortion due to welding on both sides of plates. 7.5 ANTENNA RAIL AND CABLE DETAILS Provide all labor, materials, equipment and installation to make all necessary provisions for future antenna cable(s) routing. This work includes but is not limited to the following: 1. Three (3) 6" diameter penetrations, with capped couplings, through the tank support column, located approximately two feet (2') above the tank column floor. 2. Three (3) 6" diameter penetrations, with capped couplings, through the tank condensate ceiling. 3. Three (3) 6" diameter penetrations, with capped couplings, through the tank access tube, located adjacent to the access tube roof hatch. 4. Suitable clips welded to the inside of the tank support column and access tube to safely secure antenna cable conduit(s). 5. For safety considerations during antenna installation, and for maintenance, a 60" high handrail shall be furnished with a top rail, two intermediate rails, and toeboard. Handrail shall be 20' diameter and centered around the tank access tube roof hatch. The handrail shall also provide an attachment point for the antenna(s). Handrail shall meet all OSHA requirements. Provide a screen system on the 60 -inch high antenna rail that will screen tank top appurtenances from view from ground level. FY042150 Canterbury Road Tank Section 13214-22 6. Owner shall supply to the tank vendor for his design consideration the loads and moments that the antenna base(s) will impose on the tank roof and/or shell. Tank vendor shall then be responsible for designing and installing suitable brackets, pads plates, and supports necessary. Installation of antennas and their cables shall be by others. END OF SECTION FY042150 Canterbury Road Tank Section 13214-23 SECTION 15001 PLANT PIPING - GENERAL PARTI GENERAL 1.01 SCOPE A. This Section covers the work necessary to furnish and install, complete, the plant piping specified herein, and as further specified in the Detail Piping Specifications hereinafter. B. All pipe, fittings, valves and related appurtenances as well as installation procedures shall conform to Fayetteville's Standard Water Line Specifications appended hereto. In the case of conflict between these Specifications and Fayetteville's Standard Specifications, Fayetteville's Standards shall govern. 1.02 GENERAL A. Like items of material provided hereunder shall be the end products of one manufacturer. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.03 PIPE FITTINGS AND COUPLING COMPATIBILITY A. To assure uniformity and compatibility of piping components in piping systems, fittings and couplings shall be furnished by the same manufacturer. 1.04 SUBMITTALS DURING CONSTRUCTION A. In addition to the requirements of Section 01300, SUBMITTALS DURING CONSTRUCTION, Division 1, GENERAL REQUIREMENTS, the following information shall be provided: Shop Drawings: A specific selection of pipe material and joint type for each pipeline. 2. Drawings of each piping system to the scale shown on the Drawings, locating each support and hanger, identifying the type by catalog number or shop drawing detail number, and showing anchor locations and identifying them by shop drawing detail number. 3. Detail installation drawings, catalog information, and complete component selection list for metal framing pipe support systems in the pipe galleries, trenches, and other locations employing metal framing pipe support systems. FY042150 Canterbury Road Tank Section 15001-1 E 4. Thrust blocking and pipe restraints shall be provided for all mechanical joint fittings. All thrust blocking shall meet or exceed the requirements shown on the Drawings. For locations where thrust ties are required, the Contractor shall submit calculations of the pipe lengths to be restrained for the Engineer's review. Restrained joints shall comply with ANSI/AW WA A21.51/C151. 5. Submit manufacturer's written certification that the factory -applied coating system(s) is identical to the requirements specified herein. Where, in the manufacturer's opinion, the coating system(s) exceeds the requirements specified herein, submit complete technical literature of the proposed system(s) to the Engineer for review. 1.05 STANDARDS, SPECIFICATIONS, AND CODES A. Piping systems shall conform to the Standards issued by the Fayetteville Water Department. PART 2 PRODUCTS 2.01 GENERAL A. The materials to be used for the piping systems are shown on the Drawings. 2.02 PIPE JOINTS FOR EXPOSED PIPING A. Flanged, weld, soldered, or screwed end pipe joints shall be used on exposed piping. Changes in pipe joints shall be submitted with the shop drawings, as specified hereinbefore, for the Engineer's approval. 2.03 PIPE ENDS FOR BURIED PIPING A. Mechanical joint or push -on joint pipe ends shall be used for all buried ductile iron pipe and fittings. PVC pipe shall be push -on joint. Anchoring of retainer glands with setscrews is not acceptable. Megalug retainer glands are required on all mechanical joint fittings. Megalug retainer glands shall be specifically designed for use on PVC pipe or ductile iron pipe, as applicable. B. Within the limitations noted above, all pipe materials and joints do not necessarily have to be the same for all lines in a specific service, except that the materials and joints for any particular building, or between any two buildings, or for any particular buried line, shall be the same. 2.04 PIPE MATERIALS A. Black steel shall comply with Standard AP I -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. FY042150 Canterbury Road Tank Section 15001-2 C� 2.05 GALLERY AND TRENCH PIPING EXPANSION PROVISIONS A. All piping in galleries and trenches must be installed to allow for thermal expansion due to the differences between installation and operating temperatures. 2.06 BUILDING PIPING EXPANSION PROVISIONS A. The Contractor may install additional flexible couplings to facilitate piping installation, provided that he submits complete details describing location, pipe supports, and hydraulic thrust protection. Acceptable types of flexible couplings and expansion joints shall be as follows: 2.07 METALLIC PIPING SYSTEMS A. Flexible Couplings: Except as noted, flexible couplings for use with steel pipe shall be Dresser, Style 38; Rockwell, Style 411; or equal. Flexible couplings for use with ductile iron pipe shall be Dresser, Style 53 or 153; Rockwell, Style 431; or equal, with zinc -plated bolts and nuts. Thrust ties shall be provided as required and shown to sustain the force developed by 1-1/2 times the operating pressure specified. B. Transition Couplings: Transition couplings used to connect pipes with small differences in outside diameter shall be Dresser, Style 162; Rockwell, 413; or equal. C. Flanged Coupling Adapters: Flanged coupling adapters shall be Series 912 for ductile iron piping and Series 913 for steel piping, as manufactured by Rockwell International; or Style 127 for ductile iron piping and Style 128 for steel piping, as manufactured by Dresser Industries, Inc.; or equal. Couplings shall be provided with thrust ties attached to the pipe with welding lugs, cast -in -place lugs, or friction collars. Anchor studs placed perpendicular to the longitudinal axis of the pipe are unacceptable. Thrust protection shall be adequate to sustain the force developed by 1-1/2 times the operating pressures specified. PART 3 EXECUTION 3.01 GENERAL A. Prior to the start of the work, submit satisfactory evidence to the Engineer that all insurance coverage requirements have been complied with. All proposed construction methods and materials for the undercrossing shall be approved by the Engineer prior to the crossing operation, and no construction shall be started until written approval to proceed has been issued. 3.02 PIPE PREPARATION AND HANDLING A. Each pipe and fitting shall be carefully inspected before the exposed pipe or fitting is installed or the buried pipe or fitting is lowered into the trench. The interior and exterior protective coating shall be inspected. Clean ends of pipe thoroughly. Remove foreign matter and dirt from inside of pipe and keep clean during and after laying. FY042150 Canterbury Road Tank Section 15001-3 B. Use proper implements, tools, and facilities for the safe and proper protection of the pipe. Carefully handle pipe in such a manner as to avoid any physical damage to the pipe. Do not drop or dump pipe into trenches under any circumstances. 3.03 PREPARATION OF TRENCH - LINE AND GRADE A. Grade the bottom of the trench by hand to the line and grade to which the pipe is to be laid, with proper allowance for pipe thickness and for pipe base when specified or indicated. Remove hard spots that would prevent a uniform thickness of bedding. Before laying each section of the pipe, check the grade with a straightedge and correct any irregularities found. The trench bottom shall form a continuous and uniform bearing and support for the pipe at every point between bell holes, except that the grade maybe disturbed for the removal of lifting tackle. 3.04 BELL (JOINT) HOLES A. At the location of each joint, dig bell (joint) holes of ample dimensions in the bottom of the trench and at the sides where necessary to permit easy visual inspection of the entire joint. 3.05 REMOVAL OF WATER A. Provide and maintain ample means and devices at all times to remove and dispose of all water entering the trench during the process of pipe laying. The trench shall be kept dry until the pipe laying and jointing are completed. Removal of water shall be in conformance with specifications in Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 3.06 PREVENT TRENCH WATER AND ANIMALS FROM ENTERING PIPE A. When the pipe laying is not in progress, including the noon hours, the open ends of pipe shall be closed, and no trench water, animals, or foreign material shall be permitted to enter the pipe. 3.07 PIPE COVER A. Minimum water main cover the 36 -inch or 24 -inch water mains shall be 4 feet below natural grade. Minimum water main cover for 12 -inch and smaller water mains shall be 3 feet below natural grade. Minimum service pipe cover shall be 2.5 feet. 3.08 LAYING BURIED PIPE A. All buried pipe shall be prepared as hereinbefore specified and shall be laid on the prepared base and bedded to ensure uniform bearing. No pipe shall be laid in water or when, the in the opinion of the Engineer, trench conditions are unsuitable. Joints shall be made as herein specified for the respective types. Take all precautions necessary to prevent uplift and floating of the pipe prior to backfilling. B. Where the pipe is connected to concrete structures, the connection shall be made as shown. Make connection such that a standard pipe joint is located no more than 36 inches from the structure. FY042150 Canterbury Road Tank Section 15001-4 0 3.09 WALL PIPES AND PIPE SLEEVES A. Wall pipes and pipe sleeves embedded in concrete walls, floors, and slabs shall be embedded as specified in Section 03300, CONCRETE and as shown. Support all pipes embedded in concrete walls, floors, and slabs with formwork to prevent contact with the reinforcing steel. 3.10 INSTALLATION OF FLEXIBLE COUPLINGS, FLANGED COUPLING ADAPTERS, AND SERVICE SADDLES A. Prior to installation, thoroughly clean oil, scale, rust, and dirt from the pipe to provide a clean seat on the gasket. Care shall be taken that the gaskets are wiped clean before they are installed. If necessary, flexible couplings and flanged coupling adapter gaskets may be lubricated with soapy water or manufacturer's standard lubricant before installation on the pipe ends. Install in accordance with the manufacturer's recommendations. Bolts shall be tightened progressively, drawing up bolts on opposite sides a little at a time until all bolts have a uniform tightness. Workmen tightening bolts shall use torque -limiting wrenches. 3.11 INSTALLATION OF INSULATING FLANGES, COUPLINGS, AND UNIONS A. Install insulating flanges, couplings, or unions wherever copper and ferrous metal piping are connected, wherever cathodically protected steel lines enter buildings, wherever submerged metallic piping is connected to unsubmerged piping, and where shown on the Drawings. All submerged metallic piping shall be isolated from the concrete reinforcement. 3.12 TESTING - GENERAL A. Representatives of the Fayetteville Water Department shall be present when water mains are tested. B. Conduct pressure and leakage tests on all newly installed pipelines. Furnish all necessary equipment and material and make all taps in the pipe, as required. The Engineer will monitor the tests. Test pressures shall be 150% of normal operating pressures except where governing codes or regulations specify higher test pressures, or as otherwise specified. C. The minimum test pressure at any point in the water system shall be 150 psi. 3.13 TESTING NEW PIPE WHICH CONNECTS TO EXISTING PIPE A. New pipelines which are to be connected to existing pipelines shall be tested by isolating the new pipe with the required valves or with grooved end pipe caps, spectacle blinds, or blind flanges. FY042150 Canterbury Road Tank Section 15001-5 0 3.14 3.15 3.16 3.17 3.18 PREPARATION AND EXECUTION - BURIED PIPING A. Conduct final acceptance tests on buried piping that is to be hydrostatically tested after the trench has been completely backfilled. The Contractor may, if field conditions permit, as determined by the Engineer, partially backfill the trench and leave the joints open for inspection and conduct an initial service leak test. The acceptance test shall not, however, be conducted until all backfilling has been completed. EXPOSED PIPING A. Conduct the tests on exposed piping after the piping has been completely installed, including all supports, hangers, and anchors. HYDROSTATIC LEAK TESTS - EQUIPMENT A. Furnish the following equipment for the hydrostatic tests: Amount Description 2 Graduated containers 2 Pressure gauges 1 Hydraulic force pump Suitable hose and suction pipe as required. PROCEDURE A. Water shall be used as the hydrostatic test fluid unless otherwise specified. Test water shall be clean and shall be of such quality as to minimize corrosion of the materials in the piping system. Vents at all high points of the piping system shall be opened to purge air pockets while the piping system is filling. Venting during the filling of the system also may be provided by the loosening of flanges having a minimum of four bolts or by the use of equipment vents. All parts of the piping system shall be subjected to the test pressure specified. The hydrostatic test pressure shall be continuously maintained for a minimum time of 30 minutes and for such additional time as may be necessary to conduct examinations for leakage. Examination for leakage shall be made at all joints and connections. The piping system, exclusive of possible localized instances at pump or valve packing, shall show no visual evidence of weeping or leaking. Any visible leakage shall be corrected at the Contractor's sole expense. BURIED WATER AND WASTEWATER PRESSURE LINES A. Some leakage is permissible from buried water and wastewater pressure lines. Consequently, the hydrostatic testing of these pipelines must be conducted in a different manner, as follows: Where any section of pipe is provided with concrete thrust blocking, do not make the pressure test until at least 5 days have elapsed after the thrust blocking is installed. If high -early cement is used for thrust blocking, the time may be reduced to 2 days. When testing cement -mortar lined piping, slowly fill the section ofpipe to be tested FY042150 Canterbury Road Tank Section 15001-6 with water and allow to stand for 24 hours under slight pressure to allow the cement -mortar lining to absorb water. 2. Expel all air from the piping system prior to testing and apply and maintain the specified test pressure by means of the hydraulic force pump. Valve off the piping system when the test pressure is reached and conduct the pressure test for 2 hours, reopening the isolation valve only as necessary to restore the test pressure. The pump suction shall be in a barrel or similar device, or metered so that the amount of water required to maintain the test pressure may be measured accurately. This measurement represents the leakage, which is defined as the quantity of water necessary to maintain the specified test pressure for the duration of the test period. No pipe installation will be accepted if the leakage is greater than the number of gallons per hour as determined by the following formula: ND(P) (1/2) L= 7400 In the above formula: L = Allowable leakage, in gallons per hour N = Number of joints in the length of pipe tested D = Nominal diameter of pipe, in inches P = Average test pressure during the leakage test, in pounds per square inch The Contractor shall correct any leakage greater than the allowance determined under this formula at the Contractor's sole expense. 3.19 INITIAL SERVICE LEAK TESTS - EQUIPMENT A. Equipment used for initial service leak testing may be the same as that specified under HYDROSTATIC LEAK TESTS hereinbefore, or the pump or compressor connected to the piping system. 3.20 SERVICE LEAK TESTS - PROCEDURE A. The initial service leak test shall be performed by gradually bringing the piping system up to normal operating pressure and holding it there continuously for a minimum time of 10 minutes. Examination for leakage shall be made at all joints and connections. The piping system, exclusive of possible localized instances at pump or valve packing, shall show no visual evidence of weeping or leaking. Any visible leakage shall be corrected at the Contractor's sole expense. 3.21 TEST RECORDS A. Records shall be made of each piping system installation during the test. These records shall include: I. Date of test 2. Description and identification of piping tested FY042150 Canterbury Road Tank Section 15001-7 i 3. Test fluid 4. Test pressure 5. Remarks, to include such items as: a. Leaks (type, location) b. Repairs made on leaks 6. Certification by Contractor and written approval by Engineer 3.22 INTERIM CLEANING A. Care shall be exercised during fabrication to prevent the accumulation of weld rod, weld spatter, pipe cuttings and filings, gravel, cleaning rags, etc. within piping sections. All piping shall be examined to assure removal of these and other foreign objects prior to assembly. Shop cleaning may employ any conventional commercial cleaning method if it does not corrode, deform, swell, or otherwise alter the physical properties of the material being cleaned. 3.23 FINAL CLEANING A. Following assembly and testing and prior to final acceptance, all pipelines installed under this section shall be flushed with water and all accumulated construction debris and other foreign matter removed. Flushing velocities shall be a minimum of 2.5 feet per second. Cone strainers shall be inserted in the connections to attached equipment and left there until cleaning has been accomplished to the satisfaction of the Engineer. Accumulated debris shall be removed through drains 2 -inch and larger or by dropping spools and valves. 3.24 CORROSION PROTECTION FOR DUCTILE IRON PIPES - INTERIOR LININGS A. Cement Linings: All piping that is to be cement -lined shall be lined and seal coated with Type II or Type III cement in accordance with ANSI A21.4. All ductile iron pipe shall be cement -lined and seal coated, except where noted otherwise on the Detailed Pipe Specifications. 3.25 DISINFECTION A. Pipelines intended to carry potable water shall be disinfected before placing in service. Disinfecting procedures shall conform to AWWA C-601-05, latest revision as hereinafter modified or expanded. B. Flushing: Before disinfecting, flush all foreign matter from the pipeline. Provide hoses, temporary pipes, ditches, etc. as required to dispose of flushing water without damage to adjacent properties. Flushing velocities shall be at least 2.5 fps. For large diameter pipe where it is impractical or impossible to flush the pipe at 2.5 fps velocity, clean the pipeline in place from the inside by brushing and sweeping, then flush the line at a lower velocity. FY042150 Canterbury Road Tank Section 15001-8 S C. Disinfecting Mixture: Disinfecting mixture shall be a chlorine -water solution having a free chlorine residual of 40 to 50 ppm. The disinfecting mixture shall be prepared by injecting: (1) A liquid chlorine gas -water mixture; (2) dry chlorine gas; or (3) a calcium or sodium hypochlorite and water mixture into the pipeline at a measured rate while fresh water is allowed to flow through the pipeline at a measured rate so that the combined mixture of fresh water and chlorine solution or gas is of the specified strength. D. The liquid chlorine gas -water mixture shall be applied by means of a standard commercial solution feed chlorinating device. Dry chlorine gas shall be fed through proper devices for regulating the rate of flow and providing effective diffusion of the gas into the water within the pipe being treated. Chlorinating devices for feeding solutions of the chlorine gas or the gas itself must provide means for preventing the backflow of water into the chlorine cylinder. E. If the calcium hypochlorite procedure is used, first mix the dry powder with water to make a thick paste, then thin to approximately a 1 percent solution (10,000 ppm chlorine). If the sodium hypochlorite procedure is used, dilute the liquid with water to obtain a 1 percent solution. The following proportions of hypochlorite to water will be required: Product Ouantity Water Calcium Hypochlorite (1) 1 lb 7.5 gal. (65 to 70 percent Cl) Sodium Hypochlorite (2) 1 gal 4.25 gal. (5.25 percent Cl) Comparable to commercial products known as HTH, Perchloron, and Pittchlor 2. Known as liquid laundry bleach, Clorox, Purex, etc. 3.26 POINT OF APPLICATION A. Inject the chlorine mixture into the pipeline to be treated at the beginning of the line through a corporation stop or suitable tap in the top of the pipeline. Clean water from the existing system or another source shall be controlled so as to flow slowly into the newly installed piping during the application of chlorine. The rate of chlorine mixture flow shall be in such proportion to the rate of water entering the pipe that the combined mixture shall contain 40 to 50 ppm of free available chlorine. Valves shall be manipulated so that the strong chlorine solution in the line being treated will not flow back into the line supplying the water. Use check valves if necessary. 3.27 RETENTION PERIOD A. Treated water shall be retained in the pipeline long enough to destroy all nonspore-forming bacteria. With proper flushing and the specified solution strength, 24 hours is adequate. At the end of the retention period, the disinfecting mixture shall have a strength of at least 10 ppm of chlorine. FY042150 Canterbury Road Tank Section 15001-9 S B. Operate all valves, hydrants, and other appurtenances during disinfection to assure that the disinfecting mixture is dispersed into all parts of the line, including dead ends, new services, and similar areas that otherwise may not receive the disinfection solution. C. Do not place concentrated quantities of commercial disinfectants in the line before it is filled with water. D. After chlorination, flush the water from the permanent source of supply until the water through the line is equal chemically and bacteriologically to the permanent source of supply. 3.28 3.29 3.30 3.31 DISPOSAL OF DISINFECTING WATER A. Dispose of chlorinated water per AWWA C651-05, Appendix C. Treat the chlorinated water with the listed compounds as necessary to neutralize the high concentration of residual chlorine. Do not allow chlorinated water to enter drainage ways, streams, ponds, sewer lines or other surface waters without having the residual chlorine neutralized. B. The Contractor shall meet all requirements of the Arkansas State Plumbing Code. SAMPLING DISINFECTED MAINS A. After disinfecting and flushing water mains, collect two samples (one each on successive days) from each segment of the water main. Submit samples to the Arkansas Department of Health for testing. If samples fail, resample the main on two successive days, and continue resampling until two samples taken on successive days are approved by the Health Department. When approval of these samples is obtained, the water main segment can then be put in service. WATER AND SEWER LINE CROSSINGS A. Where water and sewer lines necessarily cross, the water line should be at least 18 - inches superior, crown to invert, to the sewer line, with the pipe line initial backfill (from bedding to 12 -inches above pipe), compacted with clay. Where vertical separation is less than 18 -inches, steel encasement shall be installed on the water line or sewer line as indicated on the Details. The cost of the clay liner shall be included in the cost for the sewer or water pipe. The cost for the steel encasement shall be paid for on a unit price basis as listed in the Proposal. A. PAYMENT Payment for the work in this Section will be included as part of the payment for the piping covered by the applicable Detail Piping Specifications of this Section. END OF SECTION FY042150 Canterbury Road Tank Section 15001-10 • SECTION 15001-2 CEMENT -LINED DUCTILE IRON PIPE AND EPDXY COATED FITTINGS PARTI GENERAL 1.01 SCOPE A. This Section covers the work necessary to furnish and install, complete, the cement -lined ductile iron pipe and epoxy coated ductile iron fittings specified herein, and as specified further in Section 15001, PLANT PIPING - GENERAL. B. 1.02 A. PART 2 2.01 A. 2.02 Service shall include ductile iron pipe and epoxy coated fittings used for water mains. GENERAL See Section 15001, PLANT PIPING - GENERAL, for additional requirements. PRODUCTS PIPE Centrifugally cast, Grade 60-42-10 iron, ANSI A21.51, AWWA C-151, cement -lined and seal -coated in accordance with ANSI A21.4, 350 psi minimum working pressure. JOINTS A. Flanged, mechanical joint, or push -on restrained joint (American Fast -Grip Gaskets or equal), as specified in Section 15001, PIPING - GENERAL and as shown on the Drawings. B. All underground water pipe and fittings shall have restrained joints. 2.03 FITTINGS A. Gray or ductile iron, 250 psi minimum working pressure with 6-8 mil thickness of fusion bonded epoxy applied for the exterior and interior of each 24 -inch and smaller fitting. Epoxy coating shall conform to ANSUAWWA C-550 and C -1 16/A21.16. Where taps are shown on fittings, tapping bosses shall be provided. For 36 -inch fittings, fittings may be cement -mortar lined per AWWA C104 or fusion bonded epoxy coated. B. Flanged: ANSUAWWA C -I10 & ANSI B16.1, faced and drilled 125 -pound ANSI standard. C. All buried pipe fittings 2" and larger in size shall be cast or ductile iron, mechanical joint, conforming to ANSUAWWA C-110 and ANSUAWWA C -I11, or AWWA C- 153. Megalug thrust restraints shall be used with mechanical joint fillings. The Megalug units shall be specifically designed for the type of pipe being used (PVC or ductile iron). FY042150 Canterbury Road Tank Section 15001-2 - I CI 2.04 FLANGES A. ANSI A21.15/AWWA C-115, threaded, 250 psi working pressure, ANSI 125 -pound drilling. 2.05 BOLTS A. Nuts, bolts and other hardware for flanged fittings shall be 316 stainless steel. B. For mechanical joint use manufacturer's standard. 2.06 GASKETS A. Gaskets for mechanical or Flex -Ring joints shall be rubber, conforming to ANSI A21.11, AWWA C-111. B. Gaskets for flanged joint shall be 1/8 -inch thick, cloth -inserted rubber conforming to applicable parts of ANSI B 16.21 and AWWA C-207. Gasket material shall be free from corrosive alkali or acid ingredients and suitable for use in sewage or potable waterlines. Gaskets shall be full -face type for 250 -pound FF flanges. C. Gaskets for 24 -inch and smaller ductile iron pipe may be American Fast -Grip, or approved equal, where restrained joint pipe is required. 2.07 THRUST RESTRAINTS A. All valves, fittings, fire hydrants, etc., shall be thrust restrained with retainer glands, megalugs, stainless steel tie rods, or other thrust restraints approved by the Fayetteville Water Details. These thrust restraints are in addition to the concrete thrust blocks required by the Details. Thrust restraint systems shall include materials and/or coatings that provide corrosion resistance to these systems, in addition to being polyethylene encased. 2.08 LUBRICANT A. Lubricant for mechanical joint end piping shall be manufacturer's standard. 2.09 TRACE WIRE A. Trace wire for water pipe shall be 12 gauge insulated copper wire. 2.10 POLYETHYLENE ENCASEMENT A. Polyethylene materials for pipe encasement shall meet the requirements of ANSI/AWWA C-I05/A21.5-82, or latest revision thereof The encasement material is to be 8 mil linear low -density polyethylene (LLDPE) film made from virgin polyethylene only with no recycled material. The color shall be black with nominal 2% carbon black UV inhibitor and printed per the C105 Standard. Physical properties of the film shall be as follows: 1. Tensile Strength: 3,600 psi minimum in machine and transverse direction (ASTM D882) FY042150 Canterbury Road Tank Section 15001-2-2 2. Elongation: 800% minimum in machine and transverse direction (ASTM D882) 3. Dielectric Strength: 800 Volts/Mil thickness, minimum (ASTM D1709 Method B) 4. Impact Resistance: 600 grams, minimum (ASTM D1709 Method B) 5. Propagation Tear Resistance: 2,500 grams force, minimum in machine and transverse direction (ASTM D1922) The Owner anticipates having a sample of the encasement material that is delivered to the project tested to insure conformance to these standards. Non -conforming material shall be removed from this project. 2.11 DETECTABLE TAPE A. Detectable tape shall be "Detect Tape" as manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness of 0.35 mils solid aluminum foil encased in a protective inert jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils and the width shall not be less than 2 inches with a medium unit weight of 2 '/2 pounds/I I inch x 1000 feet. The tape shall be color coded and imprinted with message as follows: Type of Utility Color Code Water Safety Precaution Blue Sewer Green PART 3 EXECUTION 3.01 HANDLING PIPE Legend Caution, Buried Water Line Below Caution, Buried Sewer Line Blow A. Care shall be taken not to damage the cement lining when handling the pipe. 3.02 CUTTING PIPE A. Cut pipe with milling type cutter or abrasive saw cutter. Do not flame cut. 3.03 DRESSING CUT ENDS A. Dress cut ends of pipe in accordance with the type of joint to be made. B. Dress cut ends of mechanical joint pipe to remove sharp edges or projections which may damage the rubber gasket. C. Dress cut ends of push -on joint pipe by beveling, as recommended by the pipe manufacturer. D. . Dress cut ends of pipe for flexible couplings and flanged coupling adapters as recommended by the coupling or adapter manufacturer. FY042150 Canterbury Road Tank Section 15001-2-3 3.04 MECHANICAL AND PUSH ON JOINT A. Join pipe with mechanical or push -on type joints in accordance with the manufacturer's recommendations. Provide all special tools and devices, such as special jacks, chokers, and similar items required for proper installation. Lubricant for the pipe gaskets shall be furnished by the pipe manufacturer, and no substitutes will be permitted under any circumstances. 3.05 POLYETHYLENE ENCASEMENT A. Procedures set forth under method A of ANSI/AWWA C -105/A21.5-82, or latest revision, shall be followed during construction. Polyethylene encasement will be installed on all buried ductile or cast iron pipe and fittings used on this project. Two layers (double wrap) of polyethylene encasement will be used at all ductile or cast iron pipe and fitting locations. Remove all lumps of clay, mud, cinders, etc. from the pipe surface before encasing the pipe. Keep soil, or bedding material, from becoming trapped between the pipe and the polyethylene sleeve. When lifting polyethylene - cased pipe use a fabric type sling or padded cable to protect the polyethylene. Joints shall be overlapped (double coverage) and taped. Fold excess slack over the top of the pipe and tape in place every three feet. Carefully backfill the pipe according to AWWA C600. To avoid damage during backfilling allow adequate slack in the film tube at joints. Backfill material shall be free of cinders, rocks, boulders, nails, sticks, or other material that may damage the polyethylene sleeve. I. Pipe Shaped appurtenances are covered in the same manner as the pipe. 2. Odd -Shaped appurtenances require a split length of sleeve to be passed under, and then over the appurtenances to be brought together around the body and securely taped into place. Make seams by folding edges over twice and taping. 3. Bolted Joints and Valves: Overlap joints as for pipe installation. Tape film securely around valve stems and other penetrations. Use care to prevent penetration of the film by bolts and other protrusions. 4. Branches, Blow -offs, Air Valves: make an "X" shaped cut in the film and temporarily fold the film back. After installing the appurtenances tape slack securely and repair the cut and any damaged areas of film. Service Taps: Wrap two/three layers of tape completely around the polyethylene encased pipe to cover area where tapping machine will contact the pipe. Install the corporation stop directly through the tape and polyethylene. Repair any damage after the installation with tape or an additional wrap of polyethylene film. Wrap copper service tubing at least three feet back from the installation with tape or additional polyethylene film to prevent electrolysis. Install polyethylene encasement on all ductile or cast iron pipe, valves and fittings, including pipe installed through casings. Mount casing spacers on the outside of the polyethylene encasement. Provide 6 mil PVC tape, 1 1/z" minimum width for taping FY042150 Canterbury Road Tank Section 15001-2 - 4 encasement. Encasement to be delivered to job site contained in a sound sacrificial sleeve of UV protected polyethylene to protect contents during storage prior to installation. 3.06 TRACE WIRE A. Run trace wire continuous from valve box to valve box, meter box and other access points. Bring wire up inside boxes in an accessible fashion. Wrap wire around, or tape wire to each pipe section. Join wire segments by soldering or by using approved wire nuts. Pipe testing shall include following trace wire. Any wire breaks or incomplete splices shall be repaired by the Contractor at no additional expense. Include trace wire in the price for pipe. 3.07 DETECTABLE TAPE A. Install detectable tape over the center of the pipe, approximately 18 -inches above the top of the pipe. 3.08 TESTING A. All pressure lines shall be hydrostatically tested. Test procedures shall be as specified in Section 15001, PIPING - GENERAL. 3.09 PAYMENT A. Payment for the work described in this Section will be included as part of the lump sum bid amounts stated in the Proposal. Prices bid for pipe shall include trenching, trace wire, detectable tape, double wrap polyethylene encasement, pipe zone material, backfilling above the pipe zone, topsoil replacement, finish grading, seeding and fertilizing and final clean-up. B. Payment for mechanical joint cast or ductile iron epoxy coated fittings shall be included in the applicable lump sum bid amount listed in the Proposal. END OF SECTION FY042150 Canterbury Road Tank Section 15001-2-5 SECTION 15001-14 POLYVINYL CHLORIDE (PVC) PIPE AND FITTINGS PARTI GENERAL 1.01 SCOPE A. This Section covers the work necessary to furnish and install, complete, the polyvinyl chloride pipe and fittings specified herein, and as specified further in Section 15001, PLANT PIPING - GENERAL. B. Service shall include gravity sewer pipe ranging in size from 4 inch to 15 inch, used for the valve vault drain. 1.02 GENERAL A. See Section 15001, PLANT PIPING - GENERAL, and Section 15005, GRAVITY SEWER PIPE, for additional requirements. All piping system components shall be the products of one manufacturer. PART 2 PRODUCTS 2.01 PVC SEWER PIRE A. PVC, SDR-26 gravity sewer pipe shall conform to ASTM D1784, D3034 and F679 with gasket joint and integral bell. 2.02 JOINTS A. For buried pipe, gasketed slip joint. B. Joints inside casings shall be thrust restrained. 2.03 FITTINGS A. Sewer pipe fittings shall be Class 200 PVC slip joint fittings, as recommended by the pipe supplier for this type of PVC pipe. B. For junctions between PVC sewer and iron or vitrified claypipe of different outside diameter, flexible transition couplings specifically designed for sewer pipe transition purposes. Couplings shall be made of rubber material with stainless steel bands, as manufactured by Fernco, or approved equal. Couplings shall be of shear resistant design. 2.04 GASKETS A. As recommended by the pipe manufacturer to conform to the pipe OD. FY042150 Canterbury Road Tank Section 15001-14-1 2.05 WATER STOPS A. Gravity sewer pipe (PVC) shall utilize ribbed water stops at manhole walls, as recommended by the pipe manufacturer. 2.06 DETECTABLE TAPE A. Detectable tape shall be "Detect Tape" as manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness of 0.35 mils solid aluminum foil encased in a protective inert jacket that is impervious to all known alkalis, acids, chemical reagent and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils and the width shall not be less than 2 -inches with a medium unit weight of 2 % pounds / 1 inch x 1000 feet. The tape shall be color coded and imprinted with message as follows: Type of Utility Color Code Legend Water Safety Precaution Blue Caution, Buried Water Line Below Sewer Green Caution, Buried Sewer Line Below PART 3 EXECUTION 3.01 GENERAL A. All rigid PVC pipe shall be cut, made up, and installed in accordance with the pipe manufacturer's recommendations. 3.02 TRACE WIRE A. Furnish and install a 12 gauge insulated copper trace wire with all PVC water pipe. Run wire continuous from valve box to valve box, meter box or other access points. Bring wire up inside boxes in an accessible fashion. Wrap wire around, or tape wire to each pipe section. Join wire segments by soldering or by using approved wire nuts. Pipe testing shall include following trace wire. Any wire breaks or incomplete splices shall be repaired by the Contractor at no additional expense. Include trace wire in the unit price bid for pipe. 3.03 DETECTABLE TAPE A. Install detectable tape over the center of the water and sewer pipe, approximately 18 - inches above the top of the pipe. 3.04 PAYMENT A. Payment for the sewer main work described in this Section will be included as part of the lump sum bid amounts stated in the Proposal. Pipe bid price shall include the pipe, granular pipe base, granular pipe zone material, finish grading, air testing, deflection testing, seeding, fertilizing and final clean-up. END OF SECTION FY042150 Canterbury Road Tank Section 15001-14-2 SECTION 15012 MISCELLANEOUS TUBING • : 7lll�eT�I�lcL'7:�11 1.01 SCOPE A. This Section covers the work necessary for furnishing and installing the miscellaneous hoses, tubing, and accessories, complete. 1.02 GENERAL A. Like items of equipment specified herein shall be the end products of one manufacturer in order to achieve standardization of maintenance and spare parts. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. C. Conform to Fayetteville's Standard Specifications. 1.03 RELATED WORK SPECIFIED AND PERFORMED ELSEWHERE A. Section 15013, Corporation Stops PART 11 PRODUCTS 2.01 GENERAL A. All items shall be complete with all necessary end connections, fittings, and couplings which are required for the proper completion of the work included under this Section. 2.02 HOUSE SERVICE TUBING A. Service tubing shall be I" Drisco Pipe 5100, SDR-9, 200 psi, ASTM D2737, AWWA C-901. 2.03 TRACE WIRE A. Trace wire shall be 12 gauge insulated copper wire. PART III EXECUTION 3.01 GENERAL A. All tubing shall be cut, made up, and installed in strict accordance with the manufacturer's written recommendations, as approved and as further specified herein under. FY042150 Canterbury Road Tank Section 15012 - 1 3.02 INSTALLATION A. Install 1" polyethylene service tubing in accordance with the Detail for meter settings. B. Polyethylene tubing shall be installed with a minimum earth cover of 30 inches over the top of the pipeline. Consideration for thermal contraction shall be given by "snaking" the pipeline in the trench. Tracer wire shall be installed on all polyethylene tubing from the corporation stop on the main to the branch piece on the meter setting by either taping or wrapping the tracer wire around the PE tubing at least every 6'. The wire shall be spliced to the water main trace wire, and shall be accessible in the meter box. 3.03 TESTING A. Prior to startup, all miscellaneous hoses, tubing, and accessories shall be inspected for proper connection and satisfactory performance. Each item shall be tested at the same time that the adjacent pipeline is tested. Joints shall show no visible leakage under test. Repair joints that show signs of leakage prior to final acceptance. If there are any special parts of control systems or operators that might be damaged by the pipeline test, they shall be properly protected. The Contractor will be held responsible for any damage caused by the testing. 3.04 PAYMENT A. Payment for the work in this Section will be included as part of the applicable lump sum bid amounts stated in the Proposal for installing service tubing. END OF SECTION FY042150 Canterbury Road Tank Section 15012-2 SECTION 15013 MISCELLANEOUS PIPING SPECIALTIES PARTI GENERAL 1.01 SCOPE A. This Section covers the work necessary for furnishing and installing the miscellaneous piping specialties, complete. B. Materials and installation shall conform to the Standards issued by the Fayetteville Water Department. 1.02 GENERAL A. Like items of equipment specified herein shall be the end products of one manufacturer in order to achieve standardization for operation, maintenance, spare parts, and manufacturer's service. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.03 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING CONSTRUCTION, Division 1, GENERAL REQUIREMENTS. In addition, the following specific information shall be provided: Shop Drawings: Provide drawings and manufacturer's literature, clearly identified, showing layouts, item specifications, and mounting details. PART2 PRODUCTS 2.01 GENERAL A. All items shall be complete with all necessary end connections, fittings, and couplings required for the proper completion of the work included under this Section. 2.02 FIRE HYDRANTS A. Three-way fire hydrants shall be 5 1/4 inch Mueller Centurion A-423, or approved equal, traffic model, with 1 1/4 inch pentagonal operating nut, 2-2 1/2 inch hose nozzles, 1-4 1/2 inch pumper nozzle, and 6 -inch mechanical joint inlet. FY042150 Canterbury Road Tank Section 15013 - 1 2.03 CORPORATION STOPS A. Corporation stops shall conform to AWWA C800-84 without a positive stop. The inlet shall be AWWA CC tapered threads and the outlet with a compression coupling. The compression outlet shall utilize a Buna-N beveled gasket to provide a water -tight connection and with a split clamp locking device. The split clamp shall be grooved and provided with a stainless steel screw to draw down the clamp for the prevention of mechanical pullout. The corporations shall be AWWA red brass with precision machined castings and compatible with conventional tapping machines. PART 3 EXECUTION 3.01 GENERAL A. All miscellaneous piping specialties shall be installed in accordance with and in conformance to the applicable requirements of Section 15001, PLANT PIPING - GENERAL, and with the Fayetteville Water Standards. 3.02 FIRE HYDRANTS A. Install fire hydrants with the pumper nozzle facing the street. Adjust height to finish grade using standard hydrant risers. Paint exposed hydrant barrel with white exterior metal paint containing reflectorized beads. Conform with installation details on the Drawings relative to drain gravel, thrust blocking and other details. B. Upon completion of the pipeline work, the Contractor shall flow test each new fire hydrant, and shall submit a report to the Engineer of the flow test results. Testing shall be coordinated with the Owner. No valves shall be opened or hydrants operated without specific approval of the Owner. Upon completion of the flow test, paint the fire hydrant top and nozzle caps with color -coded paint conforming to AWWA Standards, as follows: Fire Hydrant Flow Rate Color Code Over 1500 gpm Light Blue 1000 to 1500 gpm Light Green 500 to 1000 gpm Orange Less than 500 gpm Red C. Submit paint data sheets and color charts to the Engineer for approval, prior to providing paint for fire hydrant color -coding purposes. Additional paint requirements are listed in Appendix B, Special Provisions. D. Utilize extreme care while operating fire hydrants for flow tests. The Contractor is responsible for any damage to the new water main facilities, old water main facilities, or adjoining property that result from flow testing work. FY042150 Canterbury Road Tank Section 15013 -2 3.03 TAPPING SADDLES AND CORPORATION STOPS A. Provide and install saddles and stops with matching threads, and outlet fittings for the applicable service line. Install as recommended by the manufacturers to ensure that excessive tightening does not damage the main. Complete main leakage and pressure testing with all taps, service lines and meter settings in place. 3.04 TESTING A. Prior to plant startup, all MISCELLANEOUS PIPING SPECIALTIES shall be inspected for proper connection and satisfactory performance. Each item shall be tested at the same time that the adjacent pipeline is tested. Joints shall show no visible leakage under test. Repair joints that show signs of leakage prior to final acceptance. The Contractor will be held responsible for any damage caused by the testing. B. The Contractor shall be responsible for any line breaks or leaks that result from flow testing the fire hydrants. 3.05 PAYMENT A. Payment for the work in this Section will be included as part of the applicable lump sum bid amounts stated in the Proposal. B. Payment for fire hydrants shall include gravel drain pit and thrust blocking. END OF SECTION FY042150 Canterbury Road Tank Section 15013-3 is SECTION 15080 MANUALLY OPERATED VALVES AND CHECK VALVES PART 1 GENERAL REQUIREMENTS 1.01 SCOPE A. This Section covers the work necessary for furnishing and installing the various manually operated valves in the piping systems, complete. B. Materials and installation shall conform to the Standards issued by the Fayetteville Water Department. 1.02 GENERAL A. Like items of equipment specified herein shall be the end products of one manufacturer in order to achieve standardization for operation, maintenance, spare parts, and manufacturer's services. B . See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. PART2 PRODUCTS 2.01 GENERAL A. All valves shall be complete with all necessary operators, extension stems, floor stands, worm and gear operators, operating nuts, etc. which are required for the proper completion of the work included under this section. B. Renewable parts including discs, packing, and seats shall be of types recommended by valve manufacturer for intended service. C. All units shall have the name of the manufacturer and the size of the valve cast on the body or bonnet or shown on a permanently attached plate in raised letters. D. For the purpose of designating the type and grade of valve desired, a manufacturer's name is given in the following specifications. Valves of equal quality by other manufacturers will be considered in accordance with the General Conditions. 2.02 DESIGN FEATURES - BRASS AND BRONZE COMPONENTS A. Brass and bronze components of valves and appurtenances which have surfaces in contact with the water shall be alloys containing less than 16 percent zinc and 2 percent aluminum. FY042150 Canterbury Road Tank Section 15080 - 1 B. Approved alloys are of the following ASTM designations: B 61, B 62, B 98 (Alloy A, B, or D), B 139 (Alloy A), B 143 (Alloy 1-B), B 164, B 194,8292 (Alloy A), and B 127. 2. Stainless steel Alloy 18-8 may be substituted for bronze at the option of the manufacturer and with the approval of the Engineer. C. All gland bolts on iron body valves shall be bronze and shall be fitted with brass nuts. 2.03 VALVE OPERATORS A. All valve operators shall open by turning counterclockwise. Operators shall be galvanized and painted the same color as the valve and associated pipeline. 2.04 VALVE BOXES A. Valve boxes shall conform to Fayetteville's Standard Specifications, Page 14, Paragraph 12. 2.05 EXTENSION STEMS FOR VALVE OPERATORS A. Where the depth of the valve is such that its centerline is more than 4 feet below grade, operating extension stems shall be provided to bring the operating nut to a point 6 inches below the surface of the ground and/or box cover. Extension stems shall be constructed of steel and shall be complete with 2 -inch square operating nut. Extension stems shall include a set screw connection to the valve operating nut, and a centering disc near the top of the stem, as needed to keep the stem nut centered in the valve box. 2.06 GATE VALVES A. Type 116: Gate valves 2 -inches and larger for buried water service shall be iron body, resilient seat, epoxy lined with mechanical joint ends, nonrising stem, O-ring seal and 2 inch square wrench nut conforming to AWWA C-509. Valves shall be rated for 200 psi and shall be Mueller A-2360-20, American Flow Control Series 2500, or equal. 2.07 BUTTERFLY VALVES A. Butterfly valves furnished and installed shall be Class 250B in conformance with the requirements of AWWA C504, latest revision, for "Rubber Seated Butterfly Valves". All butterfly valves shall be furnished by Henry Pratt Company, ground hog type, DeZurik BAW, Mueller B5227, or approved equal. 2.08 CHECK VALVES A. The 18 -inch check valve in the valve vault shall be APCO Model 118 R rubber flapper swing check valve with rubber liner, or approved equal. Valve components shall comply with NSF -6 1. FY042150 Canterbury Road Tank Section 15080 - 2 PART 3 EXECUTION 3.01 GENERAL A. Bolt holes of flanged valves shall straddle the vertical centerline of the pipe run. Prior to installing flanged valves, the flange faces shall be thoroughly cleaned. After cleaning, insert gasket and bolts, and tighten the nuts progressively and uniformly. If flanges leak under pressure, loosen or remove the nuts and bolts, reseat or replace the gasket, retighten and/or reinstall the nuts and bolts, and retest the joints. Joints shall be watertight at test pressures before acceptance. B. Thoroughly clean threads of screwed joints by wire brushing, swabbing, or other approved methods. Apply approved joint compound to threads prior to making joints. Joints shall be watertight at test pressures before acceptance. 3.02 PLACING A. Generally, unless otherwise indicated on the Drawings, all valves installed in horizontal runs of pipe having centerline elevations 4 feet 6 inches or less above the finish floor shall be installed with their operating stems vertical. Valves installed in horizontal runs of pipe having centerline elevations between 4 feet 6 inches and 6 feet 9 inches above the finish floor shall be installed with their operating stems horizontal. If adjacent piping prohibits this, the stems and operating handwheel shall be installed above the valve horizontal centerline as close to horizontal as possible. Valves installed in vertical runs of pipe shall have their operating stems orientated to facilitate the most practicable operation, as approved by the Engineer. All buried valves shall be installed with valve boxes in accordance with the details shown on the Drawings. B. Install 18 -inch by 18 -inch by 6 -inches thick concrete pad around the top of all valve boxes. 3.03 ACCESS A. Location of valves shall be as required to provide accessibility for control and maintenance. 3.04 ANCHOR BOLTS A. Anchor bolts for floor stands, stem guides, etc. shall be cast -in -place during concrete placement. Threads shall be protected and shall be cleaned before the nuts are attached and tightened. 3.05 TESTING A. Valves,shall be tested at the same time that the adjacent pipeline is tested. Joints shall show no visible leakage under test. Repair joints that show signs of leakage prior to final acceptance. If there are any special parts of control systems or operators that might be damaged by the pipeline test, they shall be properly protected. The Contractor will be held responsible for any damage caused by the testing. FY042150 Canterbury Road Tank Section 15080-3 J r B. If requested by the Engineer, the valve manufacturer shall furnish an affidavit stating the materials options furnished and/or that he has complied with these and other referenced specifications. 3.06 PAYMENT A. Payment for the work in this Section will be included as part of the lump sum bid amounts stated in the Proposal. B. Payment for buried valves shall include payment for the valve boxes, lids, extension stem where required, and concrete collar. END OF SECTION FY042150 Canterbury Road Tank Section 15080-4 SECTION 15082 SELF-CONTAINED AUTOMATIC PROCESS VALVES PART I 1.01 A. B. 1.02 1.03 lffa T► :: SCOPE This Section covers the work necessary for furnishing and installing the various self- contained automatic process valves, complete. Work includes the individual homeowner pressure reducers installed with meter settings. C'Na'•p A. Like items of equipment specified herein shall be the end products of one manufacturer in order to achieve standardization for operation, maintenance, spare parts, and manufacturer's services. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING CONSTRUCTIONS, in Division. 1, GENERAL REQUIREMENTS. PART 2 PRODUCTS 2.01 GENERAL A. The use of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired only. Products of other manufacturers will be considered in accordance with the GENERAL CONDITIONS. B. All valves shall be complete, with all necessary operating appurtenances include din the work under this section. C. All units shall have name of their manufacturer and the size of the valve cast on the body or bonnet or shown on a permanently attached plate in raised letters. 2.02 ALTITUDE VALVE A. Altitude valve shall be 10 -inch in size, one-way flow, Cla-Val globe Model 210-01 or approved equal. Valve shall be provided with a pilot system adjustment range of 110 ft to 160 ft and shall normally operate at a setting of 154 ft. Valve shall have 150 lb FY042150 Canterbury Road Tank Section 15082 - 1 flanged ends. The pilot system shall include flow clean and "Y" strainers, isolation cocks, and check valves with cocks. Valve body and cover shall be ductile iron, 250 psi pressure class with fusion bonded epoxy coating. The pilot system shall be bronze with type 303 stainless steel trim and buna N synthetic rubber. PART 3 EXECUTION 3.01 GENERAL A. Before installation carefully clean valves of all foreign material, and inspect valves in open and closed positions. Install valves in accordance with the applicable portions of these Specifications. Installation practices shall conform to manufacturers' recommendations. B. Prior to installing flanged valves, the flanged faces shall be thoroughly cleaned. All flange bolts shall be lubricated with a light coating of the piping manufacturer's recommended thread lubricant. After cleaning the flanged faces, install the flange gasket and bolts. Tighten the nuts progressively and uniformly using a torque - limiting wrench to the torque values specified by the piping manufacturer. If flanges leak under pressure, loose the nuts, reseat or replace the gasket, retighten the nuts, and retest the joints. Joints must be watertight or airtight at test pressures before acceptance. After 24 hours has elapsed, retighten the bolts to their specified values with torque limiting wrenches. 3.02 ALTITUDE VALVE A. Install altitude valve per manufacturer's recommendations and as indicated on the Drawings. Insure sensing tube. installation prevents air bubbles from entering the valve cover chamber. 3.03 TESTING A. Valves shall be tested at the same time that the adjacent pipeline is tested. Joints shall show no visible leakage under test. Repair joints that show signs of leakage prior to final acceptance. If there are any special parts of control systems or operators that might be damaged by the pipeline test, they shall be properly protected. The Contractor will be held responsible for any damage caused by the testing. 3.04 PAYMENT A. Payment for the work in this Section will be included as part of the applicable lump sum bid amount stated in the Proposal. END OF SECTION FY042150 Canterbury Road Tank Section 15082 - 2 SECTION 16000 GENERAL ELECTRICAL PROVISIONS Page 1 of 21 PART 1 - GENERAL 1.01 WORK INCLUDED A. Work covered by this specifications shall include furnishing all labor, materials, equipment and services required to construct and install the complete electrical system shown on accompanying plans and specified herein. This work shall include: 1. Complete service entrance, main switchgear and distribution. 2. Complete distribution system for lighting, including necessary transformers, feeders, distribution panelboards, branch circuits, lighting fixtures, control switches and receptacles. 3. Complete distribution system for power, including feeders, branch - circuits disconnects, and power drop connections to motors. 4. Empty raceways and cabinets for telephone system. 5. Fire alarm system. 6. Grounding systems. 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. FY042150 Canterbury Road Tank Section 16000-1 0 SECTION 16000 GENERAL ELECTRICAL PROVISIONS Page 2 of 21 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. 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 Division 16 of the Specifications. Carefully note its contents in performance of the work. B. The General Requirements as included in Division 1 of the Specifications are an integral part of Division 16. Carefully note its contents in performance of the work. C. Examine all of the Architectural, Mechanical, Plumbing and Electrical drawings and specifications, 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. FY0421 50 Canterbury Road Tank Section 16000-2 SECTION 16000 GENERAL ELECTRICAL PROVISIONS Page 3 of 21 Should drastic changes from original drawings be necessary, the Contractor shall notify the Owner or his authorized representative and secure written approval and agreement from them on necessary adjustments before altered installation of work is started. D. The architectural, mechanical and structural plans and specifications, including Information to Bidders and other pertinent documents issued by the Architect or Engineer are a part of this Specification and the accompanying electrical plans. Comply with them in every respect. Examine all the above carefully. Failure to comply does not relieve the Contractor of responsibility nor may it be used as a basis for additional compensation due to omission of architectural, mechanical and structural details from the electrical drawings. E. Related work in other divisions requiring cooperation and coordination with this division includes, but is not limited to, the following: 1. Install temporary power as arranged under Division 1. 2. Perform all cutting and patching as required under Division 1. 3. Perform all earthwork required by the work in this division. Insure that excavating, backfilling and other earthwork conforms to Division 2 except where described in other sections of this division or on the drawings. 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. FY042150 Canterbury Road Tank Section 16000-3 SECTION 16000 GENERAL ELECTRICAL PROVISIONS Page 4 of 21 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. 1 1 . Motors are furnished and installed generally as an integral part of equipment specified under Division 15 and must conform to the requirements of this division. 12. The Contractor shall furnish and place proper guards for prevention of accidents. He shall provide and maintain any other necessary construction required to secure safety of life or property, including the maintenance of sufficient lights during all night hours to secure such protection. 1.03 FEES, PERMITS AND INSPECTIONS A. Obtain any and all required permits in connection with this work under the Contract and pay any and all fees in connection therewith. Arrange with the serving utility companies for the connections to all utilities and pay all charges for same including inspection fees and meters if required. B. Under this section of work the Contractor shall, upon completion of the work, furnish a certificate of final inspection to the Architect from the inspection department having jurisdiction. 1.04 CODES AND STANDARDS A. All work shall be done in a good workmanlike manner. Materials and workmanship shall comply with all applicable local state and federal codes including, but not limited to, the following: 1. National Electrical Code, 1993 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) FY0421 50 Canterbury Road Tank Section 16000-4 SECTION 16000 GENERAL ELECTRICAL PROVISIONS Page 5 of 21 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. FY042150 Canterbury Road Tank Section 16000-5 SECTION 16000 GENERAL ELECTRICAL PROVISIONS Page 6 of 21 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). FY042150 Canterbury Road Tank Section 16000-6 SECTION 16000 GENERAL ELECTRICAL PROVISIONS Page 7 of 21 PART 2 - 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. 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. FY0421 50 Canterbury Road Tank Section 16000-7 SECTION 16000 GENERAL ELECTRICAL PROVISIONS Page 8 of 21 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. 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. FY042150 Canterbury Road Tank Section 16000-8 SECTION 16000 GENERAL ELECTRICAL PROVISIONS Page 9 of 21 H. Manufacturer's directions shall be followed completely in the delivery, storage, protection and installation of equipment and materials. Notify the Architect of any conflict between any requirement of the contract documents and the manufacturer's directions and obtain the Architect's written instruction before preceding with the work. Should the Contractor perform any work that does not comply with the manufacturer's directions or such written instructions from the Architect, he shall bear all costs arising in correcting the deficiencies. I. The Contractor shall provide and install all accessories, and incidental items to complete the work, ready to use and fully operational. 2.03 MATERIALS AND 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. 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. FY042150 Canterbury Road Tank Section 16000-9 SECTION 16000 GENERAL ELECTRICAL PROVISIONS Page 10 of 21 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 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. FY042150 Canterbury Road Tank Section 16000-10 SECTION 16000 GENERAL ELECTRICAL PROVISIONS Page 11 of 21 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. FY0421 50 Canterbury Road Tank Section 16000-11 SECTION 16000 GENERAL ELECTRICAL PROVISIONS Page 12 of 21 C. Install and connect new work to existing work neatly and carefully. Repair or replace disturbed or damaged work to its prior condition as required by the GENERAL REQUIREMENTS. D. Field coordinate with other trades in ample time to build all chases and openings, set all sleeves, inserts and concealed materials, and provide clearances that may be required to accommodate materials and equipment. Lay out electrical work so that in case of interference with other items the layout may be altered to suit conditions encountered. E. Cutting and Patching: 1. The Electrical Contractor shall be responsible for all required cutting, patching, etc., incidental to this 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. FY042150 Canterbury Road Tank Section 16000-12 SECTION 16000 GENERAL ELECTRICAL PROVISIONS Page 13 of 21 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 El 19 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 El 36 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. 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. FY042150 Canterbury Road Tank Section 16000-13 0 SECTION 16000 GENERAL ELECTRICAL PROVISIONS Page 14 of 21 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 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. FY042150 Canterbury Road Tank Section 16000-14 I SECTION 16000 GENERAL ELECTRICAL PROVISIONS Page 15 of 21 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. 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. FY042150 Canterbury Road Tank Section 16000-15 SECTION 16000 GENERAL ELECTRICAL PROVISIONS Page 16 of 21 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. 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. J. 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. FY0421 50 Canterbury Road Tank Section 16000-16 SECTION 16000 GENERAL ELECTRICAL PROVISIONS Page 17 of 21 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 Architect. Test shall include verification of direction of rotation for all motors. The equipment shall be demonstrated to operate in accordance with the requirements of the plans and specifications. The test shall be performed in the presence of the Architect or Engineer. FY042150 Canterbury Road Tank Section 16000-17 0 SECTION 16000 GENERAL ELECTRICAL PROVISIONS Page 18 of 21 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. 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 Architect for preparation of record drawings. FY042150 Canterbury Road Tank Section 16000-18 SECTION 16000 GENERAL ELECTRICAL PROVISIONS Page 19 of 21 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. 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. FY042150 Canterbury Road Tank Section 16000-19 SECTION 16000 GENERAL ELECTRICAL PROVISIONS Page 20 of 21 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 ASBESTOS DISCOVERY A. If the execution of this work requires the disturbing of any substance which appears to be asbestos or which may contain asbestos fibers, notify the Owner before continuing work at the suspect location. FY0421 50 Canterbury Road Tank Section 16000-20 SECTION 16000 GENERAL ELECTRICAL PROVISIONS Page 21 of 21 Any materials testing positive will be removed by the Owner before work continues. 3.14 FINALLY A. It is the intention that this specifications shall provide a complete installation. All accessories and apparatus necessary for complete operational systems shall be included. The omission of specific reference to any part of the work necessary for such complete installation shall not be interpreted as relieving this Contractor from furnishing and installing such parts. ***END SECTION 16000*** FY042150 Canterbury Road Tank Section 16000-21 SECTION 16109 IDENTIFICATION Page 1 of 2 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. FY042150 Canterbury Road Tank Section 16109-1 • • SECTION 16109 IDENTIFICATION Page 2 of 2 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*** FY042150 Canterbury Road Tank Section 16109-2 L SECTION 16111 rn inl IIT Page 1 of 5 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. All conduit in Ozone Building shall be aluminum. 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: Aluminum or steel armor, plastic jacketed type with liquid - tight connectors. 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. FY042150 Canterbury Road Tank Section 16111-1 SECTION 16111 CONDUIT Page 2 of 5 F. Make connections to motors and equipment with PVC jacketed flexible conduit and liquid -tight connectors. Minimum size 1/2 -inch for motor connections. Use 3/8 -inch Greenfield flexible conduit only for fixture wiring. Provide sufficient length of flexible 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. FY042150 Canterbury Road Tank Section 16111-2 SECTION 16111 CONDUIT Page 3 of 5 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. 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. For exposed runs, attached surface mounted conduit with clamps. J. Coordinate installation of conduit in masonry work. K. Do NOT install conduit in concrete slabs. L. Install conduit free from dents and bruises. Plug ends to prevent entry of dirt or moisture. FY042150 Canterbury Road Tank Section 16111-3 SECTION 16111 CONDUIT Page 4 of 5 M. All conduit systems shall be installed complete and shall be cleaned out before installation of conductors. N. Alter conduit routing to avoid structural obstructions, minimizing crossovers. O. Provide sealing conduit fittings where conduits penetrate walls separating areas operating at different temperatures. Install a removable foam sealant to prevent air movement in conduit after final test of systems. P. Provide flashing and pitch pockets making watertight joints where conduits pass through roof or waterproofing membranes. Q. Install UL approved expansion fittings complete with grounding jumpers where conduits cross building expansion joints (review architectural and structural drawings and coordinate with General Contractor to determine expansion joint locations). Provide bends or offsets in conduit adjacent to building expansion joints where conduit is installed above suspended ceilings. R. Route all exposed conduits parallel or perpendicular to building lines. Run concealed conduits in a direct line. S. Allow minimum of 6 -inch clearance at flues, steam pipes and heat sources. Allow 12 -inch clearance at telephone conduits. Where possible, install horizontal raceway runs above water and steam piping. T. Make bends of offsets with standard conduit ells, field bends with approved bender or hickey or hub type fittings. U. Punch holes required in cabinets with a Greenlee tool. V. Securely support conduits from the structure using approved type clamps, hangers and assemblies. Space supports according to manufacturer's recommendations and accepted practice. Do not support conduits from ceiling suspension system. In no case exceed spacing per NEC maximum. W. Keep all conduits dry and free of water or debris with approved plugs or caps. FY042150 Canterbury Road Tank Section 16111-4 • SECTION 16111 CONDUIT Page 5 of 5 Z. Install conduit floor stub -ups with a coupling flush with the finished floor. Where an outlet is required, install a nipple from the coupling to the outlet to achieve the desired height. Where no outlet is required, seal the coupling with a flush plug. X. Leave a No. 12 copper wire in all empty conduits. Terminate empty conduit stubouts with insulated throat connector or plastic bushing. Y. Install properly sized grounding conductor in all conduit. 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*** FY042150 Canterbury Road Tank Section 16111-5 SECTION 16120 WIRES AND CABLES Page 1 of 4 PART 1 - GENERAL 1.01 WORK INCLUDED A. Wire and Cables IWMIa!sL.1:f 1 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. FY042150 Canterbury Road Tank Section 16120-1 SECTION 16120 WIRES AND CABLES Page 2 of 4 F. Control Wiring: Type MTW, stranded construction, terminated in spade or ring lugs. G. Exterior Wiring: Bare stranded for ground, THWN-THHN for all other. H. Conductors shall be spliced by approved methods and only in approved junction boxes and not in conduit. 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. FV042150 Canterbury Road Tank Section 16120-2 SECTION 16120 WIRES AND CABLES Page 3 of 4 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 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. 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. FV042150 Canterbury Road Tank Section 16120-3 SECTION 16120 WIRES AND CABLES Page 4 of 4 2. All branch circuits in the panelboard gutters indicating corresponding branch circuit numbers. 3. All signal and control wires at all termination points such as cabinets, terminal boxes, equipment racks, control panels, consoles, etc. Install in accordance with approved schedules prepared by the equipment manufacturer or by the Contractor. 4. Both ends of all pull wires with tag reading "PULL WIRE" and numbered to refer to the same pull wire. ***END SECTION 16120*** FY042150 Canterbury Road Tank Section 16120-4 • SECTION 16134 OUTLET, PULL BOXES Page 1 of 3 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 16741: Telephone Raceway Systems D. Section 16145: Receptacles E. Section 16147: Plate Covers F. Section 16721: Fire Alarm System PART 2 - PRODUCTS 2.01 MATERIALS A. Boxes: Hot dip galvanized, 1 .25 oz/sq. ft. or cadmium plated, conforming to UL requirements. B. Interior Boxes: Pressed sheet steel, blanked for conduit, provide attached lugs for locating. C. Exterior Boxes: Corrosion -resistant cast, deep type, with face plate gasket and corrosion -resistant fasteners. D. For Ceiling: 4 -inch square boxes for receiving three or less 3/4 -inch conduits. E. For Flush Mounting in Walls: Boxes with matching plaster cover for single or two gang outlets. For larger boxes, use solid type or special units. In masonry, use deep boxes. FY042150 Canterbury Road Tank Section 16134-1 0 SECTION 16134 OUTLET, PULL BOXES Page 2 of 3 F. Surface Mounted: 4 -inch square. G. Pull Boxes and Junction Boxes: Metal construction, conforming to National Electrical Code (NEC), with screw -on or hinged cover. H. Flush Mounted Pull Boxes: Provide overlapping covers with flush head cover retaining screws, prime coated. 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. 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. 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. 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. FY042150 Canterbury Road Tank Section 16120-2 L '11 K A SECTION 16134 OUTLET, PULL BOXES Page 3 of 3 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 Over Counters 16 inches, or as directed As directed 48 inches, or as directed 16 inches, or as directed As directed or indicated 6 inches above countertop 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*** FY042150 Canterbury Road Tank Section 16134-3 L PART 1 - GENERAL 1 .01 WORK INCLUDED A. Wall switches 1.02 RELATED WORK A. Section 16109: Identification B. Section 1 61 34: 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 SECTION 16141 WALL SWITCHES Page 1 of 2 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. FY0421 50 Canterbury Road Tank Section 16141-1 SECTION 16141 WALL SWITCHES Page 2 of 2 C. Dimmers: Electronic switching type with torrid 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*** FY042150 Canterbury Road Tank Section 16141-2 SECTION 16145 RECEPTACLES Page 1 of 2 IJet:1SSc1**I4;Ti I 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 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. FV042150 Canterbury Road Tank Section 16145-1 SECTION 16145 RECEPTACLES Page 2 of 2 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*** FY042150 Canterbury Road Tank Section 16145-2 fl PART 1 - GENERAL 1.01 WORK INCLUDED A. Plate Covers 1.02 RELATED WORK A. Section 16109: Identification B. Section 16141: Switches C. Section 16145: Receptacles PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS SECTION 16147 PLATE COVERS Page 1 of 2 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. FY042150 Canterbury Road Tank Section 16147-1 SECTION 16147 PLATE COVERS Page 2 of 2 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*** FY042150 Canterbury Road Tank Section 16147-2 SECTION 16160 PANELBOARDS Page 1 of 3 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. PART 2 - 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. FY042150 Canterbury Road Tank Section 16160-1 SECTION 16160 PANELBOARDS Page 2 of 3 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. 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-1 1 5a, 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. FY042150 Canterbury Road Tank Section 16160-2 SECTION 16160 PANELBOARDS Page 3 of 3 PART 3 - EXECUTION tKi1 SRE*L I t\lNLI 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*** FY042150 Canterbury Road Tank Section 16160-3 SECTION 16170 MOTOR, CIRCUIT DISCONNECTS Page 1 of 2 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. FY0421 50 Canterbury Road Tank Section 16170-1 SECTION 16170 MOTOR, CIRCUIT DISCONNECTS Page 2 of 2 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. PART 3 - EXECUTION 3.01 INSTALLATION A. Install motor and circuit disconnect as recommended by manufacturer and in accordance with NEC. ***END SECTION 16170*** FY042150 Canterbury Road Tank Section 16170-2 SECTION 16178 CONTROL PANELS Page 1 of 2 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. FY042150 Canterbury Road Tank Section 16178-1 SECTION 16178 CONTROL PANELS Page 2 of 2 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. C. All signals for outdoor equipment entering the Ozone Control Panels must be isolated so as to protect the Master Control Panel. ***END SECTION 16178*** FY042150 Canterbury Road Tank Section 16178-2 SECTION 16180 OVERCURRENT PROTECTIVE DEVICES Page 1 of 3 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 17a13i�AN]:1:61011161V 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. FY042150 Canterbury Road Tank Section 16180-1 SECTION 16180 OVERCURRENT PROTECTIVE DEVICES Page 2 of 3 Provide breakers with permanent thermal and instantaneous magnetic trips in each pole and ampere ratings and indicated. Construct with overcenter, trip - free, toggle type 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. FY042150 Canterbury Road Tank Section 16180-2 • SECTION 16180 OVERCURRENT PROTECTIVE DEVICES Page 3 of 3 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. 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. ***END SECTION 16180*** FY042150 Canterbury Road Tank Section 16180-3 SECTION 16190 SUPPORTING DEVICES Page 1 of 3 PART 1 - 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 or aluminum. 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. Do not use galvanized materials. FY042150 Canterbury Road Tank Section 16190-1 F SECTION 16190 SUPPORTING DEVICES Page 2 of 3 H. The use of perforated iron straps for supporting conduits will not be permitted. 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 (not galvanized) 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. FY042150 Canterbury Road Tank Section 16190-2 SECTION 16190 SUPPORTING DEVICES Page 3 of 3 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. 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. ***END SECTION 16190*** FY042150 Canterbury Road Tank Section 16190-3 C • PART 1 - GENERAL 1 .01 WORK INCLUDED SECTION 16420 TRANSFORMERS Page 1 of 3 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: 1. 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. FY042150 Canterbury Road Tank Section 16420-1 SECTION 16420 TRANSFORMERS Page 2 of 3 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 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 1 50°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 1 5KVA and smaller shall have two 5% full -capacity taps below normal on the primary side. Transformers larger than 1 5KVA 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. FY042150 Canterbury Road Tank Section 16420-2 SECTION 16420 TRANSFORMERS Page 3 of 3 [Jit1Sfl*Nxd11910101 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 1 6 sections. Wiring connections to be in strict conformity with NEC. 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. ***END SECTION 16420*** FY042150 Canterbury Road Tank Section 16420-3 S SECTION 16450 GROUNDING Page 1 of 3 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. FY042150 Canterbury Road Tank Section 16450-1 S SECTION 16450 GROUNDING Page 2 of 3 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. 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. FY042150 Canterbury Road Tank Section 16450-2 SECTION 16450 GROUNDING Page 3 of 3 Bonding Methods: 1. All conduit runs are to have a properly sized insulated grounding conductor. ***END SECTION 16450*** FY0421 50 Canterbury Road Tank Section 16450-3 SECTION 16510 LIGHT FIXTURES Page 1 of 4 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. Coordinate with Division 15 to 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. FY042150 Canterbury Road Tank Section 16510-1 SECTION 16510 LIGHT FIXTURES Page 2 of 4 B. Acceptable manufacturer of fluorescent fixtures: 1. Williams 2. Lithonia 3. Daybrite 4. Hubbell 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. FY0421 50 Canterbury Road Tank Section 16510-2 SECTION 16510 LIGHT FIXTURES Page 3 of 4 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. 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. FY042150 Canterbury Road Tank Section 16510-3 0 SECTION 16510 LIGHT FIXTURES Page 4 of 4 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. ***END SECTION 16510*** FY042150 Canterbury Road Tank Section 16510-4 C APPENDIX A Standard Water Line Specifications City of Fayetteville STANDARD WATER LINE SPECIFICATIONS FAYETTEVILLE, ARKANSAS December 3, 2001 • Table of Contents Part A, General Requirements: 1. Requirements to Extend Water Service........................................................................1 2. Minimum Size of Water Lines......................................................................................1 3. City Participation in Water line Costs..........................................................................2 4. Easements.....................................................................................................................2 5. Permits ..........................................................................................................................3 6. Approval of Water Extension Plans..............................................................................3 7. Inspections and Testing Procedures..............................................................................3 8. Final Acceptance by the City ........................................................................................5 9. Location of Water Lines...............................................................................................5 10. Fire Hydrant Spacing and Placement...........................................................................5 11. Air Release Valves.......................................................................................................6 12. Encasements.................................................................................................................6 13. Planned Water Outages................................................................................................6 14. Water System Study.....................................................................................................6 15. Applicability................................................................................................................7 Part B, Materials 1. Pipe and Fittings...........................................................................................................8 2. Polyethylene Encasement (Pipe Wrap).......................................................................10 3. Detectable Tape..........................................................................................................10 4. Backfill Materials.......................................................................................................10 5. Pipe Bedding Materials...............................................................................................11 6. Tracer Wire.................................................................................................................11 7. Concrete......................................................................................................................11 8. Steel Encasement Pipe................................................................................................11 9. Bolts............................................................................................................................12 10. Gate Valves................................................................................................................12 11. Butterfly Valves.........................................................................................................13 12. Valve Boxes...............................................................................................................14 13. Fire Hydrants.............................................................................................................14 14. Blow-offs...................................................................................................................15 15. Air Release Valves.....................................................................................................15 16. Tapping Sleeves.........................................................................................................15 17. Service Connection Materials....................................................................................15 Part C, Construction Methods 1. Pipe Laying.................................................................................................................18 2. Pipe Trench, Excavation.............................................................................................23 C1 0 3. Pipe Trench, Backfill..................................................................................................23 4. Meter Box Settings Installation.................................................................................24 5. Valve and Valve Box Installation...............................................................................25 6. Fire Hydrant Installation.............................................................................................26 7. Blow -Off Construction...............................................................................................27 8. Clean-Up.....................................................................................................................27 9. Pavement Repairs........................................................................................................30 10. Barricades, Guards, and Safety Provisions................................................................31 11. Maintenance of Traffic and Closing of Streets..........................................................31 STANDARD SPECIFICATIONS FOR WATER LINES Part A. General Requirements 1. Requirements to Extend Water Service: All new development of any kind shall be required to extend water services to that development at the owner's expense. Water service shall include providing adequate domestic water flows as well as fire protection with hydrants spaced in accordance with the local and state fire codes. On subdivision or large scale development water systems, water lines shall be extended through all the development to the property line so that future development(s) can tie on without disrupting the service to or property of any existing customers or owners. Dead end lines shall be avoided whenever possible. At the discretion of the City Engineer, water line extensions may be required off the development to loop with the existing water distribution system. Construction of such extensions shall be at the expense of the developer. At other locations easements may be required to facilitate future extension of lines to adjacent properties. The requirements to extend water service and provide lines adequate for both domestic and fire demands shall apply to all subdivisions regardless of whether they are inside the City Limits or not. Where subdivisions are outside the City Limits, the placement of fire hydrants shall be optional and in no case shall hydrants be installed outside the City unless a) a fire flow of at least 500 gallons per minute can be obtained at the hydrant, and b) the residents being served by the hydrant have a contract for fire protection with the City of Fayetteville and/or with a Washington County Rural Fire Department having a mutual aid agreement with the Fayetteville Fire Department. 2. Minimum Size of Water Lines: The minimum sized line that may be installed in connection with a subdivision is Six (6) inch. This is required even if the line is being extended from an existing line that is smaller than Six (6) inches. Two (2) inch lines may be approved for cul-de-sacs provided the line could not be reasonably extended in the future to provide service to adjacent property and where a larger line is not needed to provide either fire protection or adequate domestic flows. Eight (8) inch lines shall be required where needed to maintain or to create an Eight (8) inch water line grid at a spacing of about 1/4 of a mile in both the north -south and east -west direction. A spacing of less than 1/4 mile may by required to accommodate domestic or fire demands. Lines larger than eight (8) inches will be required as recommended by the latest Water System Study. The minimum line size requirement for the provision of fire protection shall be a looped 6 -inch line or, in the event of a dead end line, an 8 -inch. This minimum requirement shall apply regardless of the theoretical flow capacities existing in the system. Even where a 6 -inch loop may be attained, the Part A, General City Engineer may require the installation of an 8 -inch line in certain locations where loops are long and where large developments are involved. Lines larger than 8 -inch maybe required if they are needed to provide domestic and fire flow demands for a development. 3. City Participation in Water Line Costs In cases where the City desires to have a larger sized water line in place than is required under Part 1, Paragraph 2 of these Specifications, the City may enter into an agreement with the developer to provide for the construction of the larger sized line. In that event, the City shall be responsible for the difference in material and installation cost between the size line required for the developer and the size line desired by the City. The City shall not be responsible for any engineering cost associated with the up -sizing unless the larger size line is more than 12 -inches in diameter. The City shall not participate in the cost of an 8 -inch or smaller line, except that the City may consider participating in the cost of smaller lines when a small number of customers are involved in a non -development situation. The cost involved in up -sizing shall be determined by the developer's engineer by the taking of bids, and shall be approved by the City Engineer and by the City Council and/or Mayor. Pre-existing system hardware, (manholes, hydrants, valve boxes, etc.) are at their established grade. If a developer, home builder or home owner wants the grade to be changed, this must be done at the requester's expense. 4. Easements: For water lines that are up to 10 feet deep, easements shall be at least 20 feet in width with the water line in the center of the easement. For water lines that are greater than 10 feet deep, easements shall be 1 foot per foot of depth to the bottom of the pipe on each side of the water line. The easement may be designated specifically for water line purposes or it may be a general utility easement. Lines sized 12 -inches through 18 -inches shall not be placed in easements of less than 25 feet. Lines larger than 18 -inches shall be placed in an easement of no less than 30 feet. Wider easements may be required, depending on the specific circumstances involved. New developments that contain existing water lines must modify the existing easements as necessary to meet the above requirements for widths in relation to pipe location and size, including increasing the size of the easement if proposed fill will cause the depth of bury to exceed ten feet. Easements of a lesser width will be considered when adjacent to another easement or under other special circumstances. 5. Permits: Part A, General 2 All permits required to accomplish the work shall be the responsibility of the owner or engineer. Such permits may include but are not limited to permits for work within Highway Department R/W, railroad crossing permits, "Notice of Intent" for Erosion Control (Arkansas Department of Environmental Quality) Drainage Permit, Grading Permit, and a "No Charge" tapping permit for fire service lines. Work shall not be started without the appropriate permit(s) in place. 6. Approval of Water Extension Plans: Detailed plans and specifications shall be required for all extensions and shall be prepared by a professional engineer registered to do business in the State of Arkansas. The plans and specifications shall be first approved by the City Engineer and then shall be forwarded to the State Department of Health by the Engineer of Record for their approval. In no case shall any water line construction be allowed before the City has written approval from the State Health Department. Private lines constructed for fire prevention purposes which have no metering device or backflow prevention device at the point of tie-in to the City main shall be treated as a public line and be subject to these specifications as far as engineering, construction techniques, materials, testing, and inspections are concerned. After a final inspection and acceptance of the work, the line shall be owned and maintained by the owner of the property it serves. No construction of any kind may begin without an erosion control plan on file with the City in accordance with the City's Excavation and Grading Ordinance. The erosion control measures (straw bales, silt dams, silt ponds, etc.) must be in place in the field prior to construction. For projects that require a permit, it is the responsibility of the contractor to have on file with the Arkansas Department of Environmental Quality a "Notice of Intent". Written notice of the intent to begin construction must be given to the City no less than three (3) days nor more than ten (10) days prior to the construction start date. A pre -construction conference involving the Engineer of Record, Contractor, and the City is required prior to beginning construction. 7. Inspections and Testing Procedures: All field tests required for a project shall be witnessed by the City in the presence of the Engineer of Record or his authorized representative and the Contractor. The City representative shall be one of the Public Works Construction Inspectors. The City requires a 24 hour working day notice on all tests. Calls to the City for the purpose of setting test times shall be made by no later than 10:00 AM for test on the following work day. Tests delayed by weather or other factors will be rescheduled on the same basis. If a test cannot be reasonably scheduled so that a representative of the City can be present, the Engineer of Record will witness the test and certify to the City the results. Part A, General In no case shall a test be made without the presence of the Engineer of Record and the Contractor. It is the responsibility of the Engineer of Record and/or the Contractor to coordinate the scheduling of tests with the City and with the other parties involved. The tests generally associated with water line construction are: a) The pressure testing of tapping sleeve installations b) The pressure testing of lines after installation c) The bacteriological (Bac-T) testing d) Fire Hydrant testing e) Trace Wire continuity testing f) Meter Tail leakage testing Generally, no Contractor or Engineer of Record involvement is required in the taking of samples for the Bac-T test except that the Contractor is responsible for the proper flushing of the line prior to samples being taken by the City. However, the City may require the presence of the Contractor or Engineer of Record when questions have been raised as to the methodology or techniques used in the sampling process. Bac-T samples are sent to the State Department of Health for testing. Results obtained by the City shall be forwarded to the Engineer of Record either by fax or by mail immediately upon receipt by the City. Lines failing the Bac-T tests shall be re -sampled as soon as practicable. If a line fails two (2) consecutive Bac-T tests, the line must be re -chlorinated before Bac-T samples can be taken again. The City shall not be responsible for rescheduling Bac-T tests. The fire hydrant test shall consist of checking the operation of the fire hydrant valve and flowing the fire hydrant. This shall be done after the pressure test has been completed. The fire hydrant valve shall be left in the open position during the test and after the test is completed. All equipment, materials, and labor required for testing shall be furnished by the Contractor at his expense. 8. Final Acceptance by the City: The City will be deemed to have accepted water lines and appurtenances for ownership upon completion of the following. Part A, General 4 C1 [1 I. Acceptable Final Inspection by the following: (a) a representative of the City Engineer's Office, (b) a representative of the Fayetteville Water and Sewer Maintenance Department, (c) the Engineer of Record, and (d) the Contractor. 2. Acceptable walk-through by the Meter Foreman for location, grade, and condition of water meter settings 3. Construction Cost is received by the City 4. Two sets of Record Drawings are received by the City 5. Engineer of Record Certification is received by the City 6. Letter of Acceptance is granted by the City Once the City accepts the project for ownership, the Owner shall be responsible for the provision to the City of a two (2) year maintenance bond for 100 percent of the construction cost which shall cover defects in materials and workmanship. A walk-through shall be performed at the end of the two year period and all deficiencies corrected prior to release of the bond. City maintenance shall begin after expiration of the Two (2) year Maintenance Bond. No water meter shall be set until all final acceptance requirements are met and the line is accepted in writing by the City. 9. Location of Water Lines: Water lines shall be placed on public streets either in the right of way or in an easement adjacent to the street right of way except that lines can go between lots when there is no other reasonable way to access a line or provide for future service. In no case shall lines intended for individual services be placed in the rear of lots or along back property lines. In all rural settings except those in cleaned yards, when valve boxes, bends, air release valves, blow - offs, meter boxes and other similar hardware are installed in an easement location, water system marker signs shall be installed so that the items may be more easily found. The marker signs shall be blue, with a reflective blue and white label. The signs shall be anchored in a 6" diameter or 6" square, 4" thick, concrete pad which shall be installed at or below ground level. 10. Fire Hydrant Spacing and Placement: Fire hydrants for single family dwellings and duplexes shall be installed so that (1) the distance between two consecutive fire hydrants does not exceed 800 feet, and (2) no lot is more than 400 feet from a fire hydrant. Fire hydrants for apartment complexes, commercial structures, and industrial structures shall be installed so that the distance between two consecutive fire hydrants does not exceed 600 feet; provided the Fire Chief shall have the authority to require additional fire hydrants upon a determination that such additional fire hydrants are necessary to provide adequate fire protection (as outlined in Appendix A, Criteria for Required Fire Hydrants). 11. Air Release Valves: Part A, General 0 Air release valves may be required on uphill, dead-end lines or on other specific applications at the discretion of the City Engineer or Water/Sewer Maintenance Superintendent. 12. Encasements Water lines under culverts, creeks, retaining walls, or other difficult and/or dangerous to maintain areas shall be encased in a smooth steel encasement pipe. The encasement shall be sealed on the ends with rubber end caps. The encasement shall not be filled with sand. Encasements shall be installed with three spacers per joint such that the spacers are equally spaced along the length of the pipe as is outlined in Part B Section 8 of these specifications. Where encasements are greater than 25 feet in length, self -restraining gaskets or bell restraints shall be used for all joints inside the encasement pipe and for the first joint in each direction outside the encasement pipe. 13. Planned Water Outages Under no circumstances shall water be shut off to any active service in the course of new construction without written permission from the Water/Sewer Maintenance Superintendent. If water is to be shut off for any reason, there shall be a preconstruction meeting prior to the shut off. The shut off shall be performed as described in Appendix B, "Water Shut Down and Boil Orders for Contractor Work," including all appropriate notifications. 14. Water System Study: The City's latest Water System Study shall be the primary basis for decisions made in regard to required line sizes, water line locations, location of water pump stations, water tank sizes and location, and any other matter relating to the water distribution system. The City Engineer shall have the discretion to alter these requirements. Part A, General E 15. Applicability: These regulations and requirements contained in Part A of these Standard Specifications shall be applicable to all land or parcels of land being developed for commercial, industrial, or residential use. The material and construction specifications contained in Parts B and C shall be applicable to all water line construction under the control of the City of Fayetteville. Part A, General a STANDARD SPECIFICATIONS FOR WATER LINES Part B. Materials 1. PIPE AND FITTINGS: Allowable pipe materials shall be Polyvinyl Chloride (PVC) and Ductile Iron. Other pipe materials will be considered on a case by case basis. Such materials must be approved by the American Waterworks Association to be considered. Materials for mains larger than 24" shall be determined on a case by case basis. All pipe shall be designed for a working pressure of at least 200 psi except that for large pipe (30" in size or larger) the design working pressure shall be as called for by formal design. In no case shall the design working pressure be less than 150 psi. For pipe smaller than 24", the allowable pipe sizes are 2, 4, 6, 8, 12, and 18 inches. Polyvinyl Chloride Pine - PVC pipe less than 4 inches in size shall be manufactured in accordance with ASTM D-2241 and be SDR 13.5. PVC pipe 4 inches through 12 inches in size shall be manufactured in accordance with AWWA C900, latest revision, and shall be DR 14. PVC pipe larger than 12 inches in size shall be manufactured in accordance with AWWA C905, latest revision. The plastic material used in making the pipe shall be clean, virgin, Cell Classification 12454-B PVC compound conforming to ASTM Resin Specification D-1784, latest revision. Clean, reworked material generated from the manufacturer's own production shall be acceptable as long as the pipe produced meets all the requirements of the Specifications. Nominal laying length shall be 20 feet. Joints for plastic pipe less than 4 -inches in size shall conform to ASTM Specification D-3139, latest revision. Joints for plastic pipe 4 -inches and larger shall conform to AWWA C-900, latest revision. Fittings for PVC pipe less than 4 -inches in size shall comply with ASTM Specification D-3139 latest revision, "Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals". Fittings for PVC pipe 4 -inches and larger shall conform to the specifications given for ductile iron pipe. Ductile Iron Pipe - Ductile Iron Pipe shall conform to the requirements of "Ductile Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids," AWWA Standard C 151/A2 1.51, latest revision, and shall be designed to withstand compacted earth loadings as applied according to the conditions set out on the Plans with an AASHTO HS -20 truck live load. The external loading shall be based on a soil density of 120 pounds per cubic foot and Type 3 standard laying conditions. Ductile iron pipe shall be designed in accordance with the requirements of "Thickness Design of Ductile Iron Pipe", ANSI/AWWA C150/A21.50, latest revision. Part B - Materials 8 a Joints and joint materials for ductile iron pipe shall conform to ANSI/AWWA C111/A21.11, latest revision. All ductile iron fittings shall conform to the requirements of ANSI/AWWA C153/A21.53, latest revision, for Ductile Iron Compact Fittings. Restrained joint pipe and fittings shall be ductile iron pipe manufactured in accord with applicable sections ofANSI/AWWAC151/A21.51 and ANSI/AWWAC110/A21.10. All restrained joint pipe shall be "TR Flex," as manufactured by U. S. Pipe, "Flex -Ring" joint as manufactured by American Ductile Iron Pipe, or equal. Swivel joint fittings shall have a retainer lip and swivel rotatable gland for positive restraint without tie rods. Restraint joints shall be used where testing will be done against closed valves, etc. Flanged pipe and fittings shall be in accordance with the requirements for "Flanged Ductile Iron Pipe with Threaded Flanges," ANSJJAWWA CI 15/A21.15, latest revision. Bolts and gaskets shall meet the requirements of ANSI/AWWA Cl ll/A21.11, latest revision, for "Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings." All ductile iron pipe and ductile iron pipe fittings shall have a standard thickness cement mortar lining in conformance to ANSI/AWWA CI04/A21.4. All ductile iron pipe shall have a bituminous exterior coating unless otherwise specified. Exposed pipe may be required to have a factory prime coat consisting of one coat of Kop-Coat 240 Gold Primer, Kop-Coat 622 LCF Primer, or approved equal. The bituminous coating shall be approximately 1 mil thick and shall be factory applied to the outside of all pipe and fittings. The finished coating shall be continuous, smooth, neither brittle when exposed to the cold nor sticky when exposed to the sun, and shall be strongly adherent to the pipe or fitting. Joint lubricant shall be provided by the pipe manufacturer, and applied as per the manufacturer's recommendations. Galvanized Steel Pipe and Fittings - Galvanized pipe and fittings shall be allowed for non -buried service only. Threaded fitting pipe for blow -offs shall be unlined Schedule 80 steel pipe and shall conform with the requirements of ASTM A120-82, latest revision, and shall be galvanized in accordance with ASTM Specification A90-8 1, latest revision. Fittings for galvanized steel pipe shall be of cast iron, of standard design and dimensions, and be of uniform style and pattern. Fittings for galvanized steel pipe shall be galvanized in accordance with ASTM Specification A90-81, latest revision. Galvanized pipe, services, fittings, adapters and other hardware are prohibited under any circumstances involving City -owned lines and appurtenances. If no brass fitting is available, Part B - Materials 9 6 stainless steel shall be used. 2. Polyethylene Encasement (Pipe Wrap): Polyethylene encasement shall be in conformance to ANSI/AWWA C105, latest revision. The polyethylene film shall have a minimum nominal thickness of .008 -inch (8 mils), and shall be provided in either flat tube or sheet form. 3. Detectable Tape: Detectable tape shall be "Detect Tape" as manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness of 0.35 mils solid aluminum foil encased in a protective inert jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils and the width shall not be less than 2 inches with a medium unit weight of 2 1/2 pounds/1 inch x 1000 feet. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Legend Water Safety Precaution Blue Caution, Buried Water line Below 4. Backfill Materials: Allowable backfill material shall be: (1) Class 7 Aggregate Base Course as specified in Table 303-1, page 161, in section 303 AGGREGATE BASE COURSE, of the "Standard Specifications for HIGHWAY CONSTRUCTION," Edition of 1993, published by the Arkansas State Highway and Transportation Department. (2) Sand. Sand shall consist of clean, hard, durable uncoated grains free from lumps, clay and organic materials. All (100%) of "sand" shall pass a no. 8 sieve. (4) Red Clay Gravel or "Hillside" as approved by the City Engineer (5) Native materials where the Class 7 materials is not required and where suitable (not to be used as bedding material.) Under no circumstances shall the backfill material contain rocks or clods larger than twelve (12) inches in any dimension. THIS MATERIAL IS TO BE PLACED ABOVE THE BEDDING MATERIALS AS DEFINED IN PART B OF THESE SPECIFICATIONS, PARAGRAPH 5. Part B - Materials 10 5. Pipe Bedding Materials: Pipe bedding materials shall be: a) The by-product of McClinton -Anchor's rock crushing operation commonly known as grit, or equal b) Class 8 Base (AHTD Specification) c) Materials meeting either ASTM D448 Size #67 or ASTM D2774 In no case shall the maximum dimension of rock exceed 1.0 inches. 6. Tracer Wire: Tracer wire shall be 14 gauge coated copper for underground burial. 7. Concrete: Concrete for use as reaction backing or below -ground encasement shall be Class "B", defined as concrete with five bags of cement per cubic yard of concrete and with a minimum 28 day compressive strength of 3,000 psi. 8. Steel Encasement Pipe: Encasement pipe for water mains shall be smooth steel and shall be sized as follows: Water Minimum Encasement Minimum Wall ASTMIAWWA Main Size Pipe Size Thickness Specification (inches) (inches) (inches) 4 - 6 12 0.250 ASTM A 53 8 16 0.250 AWWA C 102 12-16 24 0.250 18 30 0.312 20-24 36 0.312 " 36 48 0.375 48 60 0.375 " Encasement pipe to be used for water line installations shall not have been used for any conveyance purpose in the past. Neither concrete nor corrugated metal pipe shall be permitted for water line encasements. Encasement spacers shall either be Smith -Blair model 883 manufactured spacers or approved equal. Wood shall not be used as encasement spacers. Three spacers shall be installed per joint such that the spacers are equally spaced along the length of the pipe. Part B - Materials 11 Encasement end seals are required for all water line encasements and shall either be APS Model AC or J -Four pull -on seals or approved equal. 9. Bolts - All bolts for fittings shall be class 308 stainless steel. 10. Gate Valves: Gate valves shall be used for pipe up through 10 -inches in size. Gate valves shall be resilient seated type, non -rising stem gate valves, in conformance with the requirements of AWWA C509, latest revision, for "Resilient Seated Gate Valves, 3 Through 12 NPS, for Water and Sewage Systems." All gate valves shall be designed for a minimum of 200 psi working pressure. All gate valves shall be epoxy coated, and shall be Mueller A2360-20 for in -line applications, and Mueller A2360-16 for tapping applications, or approved equals. All gate valves shall have class 308 stainless steel bolts. All gate valves shall have O-ring stem seals. The O-ring stem seal shall be so designed that the seal above the stem collar can be replaced with the valve under pressure in the full -open position. Gate valves shall have standard mechanical joint ends unless otherwise indicated on the Plans. Tapping valve ends shall be flanged by MJ. Buried gate valves shall be designed for operation with a nominal 2 inch square operating nut. The standard direction of opening shall be open left as viewed from the top. Handwheels for gate valves shall be in conformance to AWWA C509. The interior and exterior of the valve body and bonnet shall have factory applied fusion bonded epoxy coating meeting AWWA C550 latest revision. The valve shall be tested in accordance with AWWA C509, latest revision. 11. Butterfly Valves: Butterfly valves shall be used for all pipe 12 -inches and larger except that 12" tapping valves shall be gate valves. Butterfly valves shall be Class 250B in conformance with the requirements of AWWA C504, latest revision, for "Rubber Seated Butterfly Valves." All butterfly valves shall be groundhog type, Mueller B5227 or approved equal. All butterfly valves shall have class 308 stainless steel bolts. The valve body shall be constructed of cast iron ASTM A-126, Class B, and shall have integrally Part B - Materials 12 0 cast mechanical joint ends unless alternate valve ends are indicated on the Plans. Body thickness shall be in strict accordance with AWWA C504, latest revision, Class 250B. All butterfly valves shall be of the tight closing, synthetic rubber -seat type, as follows. 1) Valves 20 inches (nominal diameter) and smaller shall have bonded seats which are simultaneously molded in, vulcanized and bonded to the body. Seat bond must withstand 75 pounds pull under test procedure ASTM D429, Method B. 2) On valves 24 inches and larger, all seats shall be of a synthetic rubber compound. Seats shall be retained in the valve body by mechanical means without retaining rings, segments, screws or hardware of any kind in the flow stream. Seats shall be a full 360° without interruption and have a plurality of grooves mating with a spherical disc edge seating surface. Valve seats shall be field adjustable around the full 360° circumference and replaceable without dismantling operator, disc or shaft and without removing the valve from the line. Valve discs shall be as follows. 1) Valves 12 inches through 20 inches nominal diameter: Valve discs shall be constructed of alloy cast iron ASTM A-126, Class B. 2) Valves 24 inches nominal diameter: Valve discs shall be cast iron with a stainless steel seating edge. 3) Valves 30 inches through 48 inches nominal diameter: Valve discs shall be ductile iron with a stainless steel seating edge. The valve shaft shall be constructed of stainless steel and the bearings shall be corrosion resistant and self-lubricating. The valves shall be equipped with a totally enclosed type operator, fully gasketed and grease packed, suitable for direct burial. The operator shall be designed for operation with a nominal 2 inch square operating nut for use with a T -wrench. Operators shall be designed to open with a counterclockwise rotation of the operator nut. All valves shall have factory applied fusion bonded epoxy coating meeting AWWA C550 latest revision. i The valve shall be hydrostatically tested at 250 psi for leakage in accordance with AWWA C504, latest revision. Where valves are specifically shown and detailed on the plans to be painted, the valves shall be delivered to the job site factory blasted, cleaned and primed with one coat of Kop-Coat 340 Gold Primer or Kop-Coat 622 LCF Primer, or approved equal. Part B - Materials 13 a 12. Valve Boxes: Valve boxes that are less than 4 feet to the operating nut at finished grade shall be Tyler 6850 Series or approved equal, and shall be of correct length to match the bury of the main without extensions. For valve boxes that are 4 feet and greater to the operating nut at finished grade, the bor shall be the American Flow Control trench adapter type, in the correct length to match the bury of the main without extensions, and shall include the American Flow Control Self -Centering Alignment Ring. Valve boxes installed on 2" lines shall be Tyler 6500 Series or approved equal, notched for protection of the water line, with a concrete pad poured below the valve for added support of the valve and box. The valve box and appurtenances shall include a base and a top section with a drop lid. The lid and valve box top shall be ductile iron, shall be marked with the word "WATER," and shall be factory painted blue. All lids shall have a concrete pad with a minimum of 18 inches square or round dimension as appropriate. This shall be for both paved and unpaved applications. All valve boxes shall be installed in a vertical orientation and shall be compatible with the gate or butterfly valves for which they are provided and shall be manufactured for use in roadways. 13. Fire Hydrants: All fire hydrants shall be dry barrel hydrants in conformance with AWWA C502, latest revision, for "Dry Barrel Fire Hydrants", and shall be designed for a working pressure of 250 pounds per square inch gauge. Fire hydrants shall be three-way, painted white above the ground line with reflective paint AXON 1460. Approved fire hydrants are Mueller Centurion hydrants, Catalog No. A-423 or Waterous 5 1/4" WB67-90. Fill dirt around fire hydrants and other surface attachments shall be compacted. The hydrant shall have a 6 inch mechanical joint inlet in conformance to the dimensions shown in ANSUAWWA C110/A21.10, latest revision. Three-way hydrants shall have a 5-1/4 inch valve opening. All fire hydrants shall be equipped with a two-piece barrel having a break -a -way flange at the ground line and shall be designed for a 48 -inch bury. Extensions shall be Mueller A-320 or approved equal, with no more than one extension allowed per hydrant. Fire hydrants shall be installed with a 24" diameter or 24" x 24" square, 6" thick concrete pad around the base of the hydrant six inches below the bottom of the break -away flange. Part B - Materials 14 9 • Hydrants shall be equipped with two 2-1/2 inch hose nozzles and one 4-1/2 inch pumper nozzle. The operating nut shall be a nominal 1-1/2 inch pentagon, National Standard operating nut designed to open left (counterclockwise). Fire hydrants shall be equipped with a safety stem coupling and flange which are intended to fail upon vehicle impact without damage to the stem or main valve. 14. Blow -offs: Blow -offs shall be Mainguard #77 hydrants or approved equal. 15. Air Release Valves: Air release valves shall be ValMatic Model 15A or approved equal. 16. Tapping Sleeves: Tapping sleeves shall be designed for 200 psi and shall be JCM Type 432 for pipe four (4) inches through twelve (12) inches and JCM 412 for pipe greater than twelve (12) inches, or approved equal. Tapping sleeves shall be vinyl coated. 17. Service Connection Materials: Service lines serving single meter sets shall be at least 3/4" if copper, and at least 1" if polyethylene. Service lines serving double meter sets shall be at least 1" (copper or polyethylene). Larger diameters may be required if deemed necessary by the City Engineer. In areas where it is determined by the City Engineer that installation of irrigation systems is likely, service lines that cross roads and serve double meter sets shall be 2" services ending in a 2" x 1" x I" x 1" splitter. The middle leg of the splitter shall feed the double meter set, with the other two legs containing a ball valve, and being intended to serve future irrigation meters. The meter box shall be no greater than two feet from the splitter. All Copper service lines shall have polyethylene encasement. Materials for standard residential meter sets 3/4" Poly Wrapped Copper Pipe ..... or I" SDR9 Polyethylene Pipe 3/4" or I" Corporation Stop ............ 3/4" or I" U Branch, 7.5" width...... 5/8" x 3/4" x 12" meter yoke .......... 3/4" Tail Piece, 6' long .................... .... Type K soft copper ...... Mueller B-25008 ...... Mueller H-15363 ...... Mueller H -2404R ...... Mueller H-14222 Part B - Materials 15 C 18" Cast Iron Flat Meter Lid ............................................ Western Iron C-109 18" diameter Materials for 1" meter sets 1" Poly Wrapped Copper Pipe ......................................... or 1" SDR9 Polyethylene Pipe ................................. Main Diameter x 1" Saddle .............................................. 1" Corporation Stop ......................................................... 1" Ball Valve.................................................................... 1" Meter Yoke.................................................................. 1" Tail Piece, 6' long ........................................................ 1" Compression End ........................................................ 24" diameter x 24" deep SDR51 PVC Meter Box ........... 24" Cast Iron Flat Meter Lid ............................................ Type K soft copper Romac I0IN Mueller B-25008 Mueller B-25146 Mueller B -2404R Mueller H-14227 Western Iron 111 Part B - Materials 16 C Materials for 2" meter sets Main Diameter x 2" Saddle .............................................. 2" SDR9 Polyethylene Pipe ............................................. 2" Ball Valve.................................................................... 2" x 24" Brass Nipple ...................................................... 2" Meter Set..................................................................... 2" Male Iron Pipe x CTS Q nut........................................ 2" Close Brass Nipple ...................................................... 2" Tail Piece, 6' long ........................................................ 36" Diameter x 30" deep SDR9 Drisco Meter Box ......... 36" Square Meter Lid ....................................................... Romac 101N James Jones J-1900 Ford VVB77-15HD-11-77 Ford C84-77 Tapping saddles shall be Romac 101N for C900 PVC and Ductile Iron and Mueller H1300 for ASTM 2241 PVC. If polyethylene pipe is chosen for the service line, Ford model CT553 inserts or approved equal are required. Connections on service lines shall be made with brass compression fittings (Mueller H15403 or approved equal). Sweated or flared attachments are not acceptable. Part B - Materials 17 STANDARD SPECIFICATIONS FOR WATER LINES Part C, Construction Methods 1. PIPE LAYING: All water pipe shall be laid and tested in strict accordance with the manufacturer's recommendations. For ductile iron pipe, ANSUAWWA C600-99 or latest revision shall apply. For PVC pipe, either AWWA C605-94 or ASTM D-2774 or the latest revisions thereof shall apply. A ten (10) foot separation shall be maintained between water lines and sewer lines where those lines run approximately parallel to each other. Water mains which cross sewers shall be laid so that the bottom of the water line will be at least 18 inches above the top of the sewer line. At all crossings, the water line pipe shall be adjusted to provide one full length of water line pipe over the sewer line with both joints located as far as possible from the sewer line. If this distance must unavoidably be reduced, the water line or the sewer line must be encased in a watertight pipe with sealed watertight ends extending at least ten feet either side of the crossing. The encasement may be vented to the surface if carrying water or sewer under pressure. Where a water line must unavoidably pass beneath the sewer line, at least 18 inches of separation must be maintained between the outside of the two pipes in addition to the preceding encasement requirement. Exceptions to this must be approved in writing by the Arkansas Department of Health. Care shall be taken not to exceed the manufacturer's recommendations on the degree of deflection allowed per joint of pipe. A pipe bend shall be installed where necessary to maintain conformance to those recommendations. Pipe, regardless of type, shall be laid on 6 inches of bedding material (see Part B, Paragraph 5) and shall be covered to a depth of 6" over the top of the pipe with the same material. The bedding shall be hand tamped in the ditch prior to pipe installation and shall be hand tamped around and over the pipe. Reaction backing shall be installed at all points of unbalanced pressure. Required area of undisturbed soil for backing purposes shall be calculated based on the bearing strength of the soil (2000 pounds/ ft2 maximum allowable unless proven otherwise by soil tests) and on a working pressure of 200 psi. Calculations shall take into account pressures due to water hammer. Sufficient concrete shall be used to properly transfer load from the fitting to the undisturbed soil in a uniform manner and without exceeding the strength of the concrete. The fitting shall be wrapped with 8 mil polyethylene prior to pouring the concrete. Concrete shall not extend over or around the fitting joints. All bends, tees, etc. shall remain open until inspected by the City. The transition from 6 -inch pipe to 2 -inch pipe shall be by means of a tapped 2 -inch plug. All valves, bends, hydrant shoes and fittings (including in -line valves) shall have Part C, Construction Methods 18 • Megalug style retainer glands or approved equal. Valves, bends, reducers and other hardware near bends shall be positively bolted, all -threaded, or mechanically joined to each other. Bolted includes single and double flanged adapters (such as Foster Adapters or Swivel Adapters) which provide a solid bolted or mechanical joint type connection. For all -thread attachments, eye -bolt style attachments are not acceptable. Romac "Ductile Lug" style attachments or approved equal shall be used. All -threads shall be made of 316 stainless steel. Fire hydrant valves shall be positively connected to the water main. If the hydrant leg is greater than 50 feet, an additional valve shall be placed near the hydrant, between five and ten feet from the hydrant. Like all valves, this valve shall be retained. Ninety degree (90°) bends shall only be used on a by -exception basis, and must each be specifically approved by the City. Forty-five degree (45°) bends shall be used in locations where 90° bends would otherwise be considered. Where ductile iron pipe is being laid, polyethylene encasement shall be installed in accordance with ANSI/AW WA C 105, latest revision, for either Method A, B or C installation. The encasement shall be provided for all fittings and all other buried iron appurtenances. The encasement shall be protected from prolonged exposure to sunlight to prevent deterioration of the polyethylene film. All ductile iron, brass, cast iron or stainless steel pipe, fittings and/or adapters shall have polyethylene encasement. Pipe detection tape shall be provided in all trenches for water line construction. Installation shall be per manufacturer's recommendations and shall be as close as practical to finished grade while maintaining a required minimum of 18 inches between the detection tape and the top of any pipe line. A trace wire shall be laid adjacent in all trenches and shall be looped around the pipe at least once per joint and connected to all valves and fittings. The trace wire shall provide a continuous electrical circuit, and shall have splices that are 3M DBY-6 connectors or approved equal. At valves and meter box settings, the trace wire shall be brought up into the valve or meter box as indicated in the standard details such that the water line can be traced from the meter/valve box. A tracing test shall be required prior to final acceptance. Maximum pipe cover shall be 60 inches under normal conditions. Cover greater than 60 inches shall be allowed for short distances where required by field conditions. No hydrants shall be allowed where lines are greater than 60 inches deep. Minimum pipe cover shall be 36 inches. Cover shall be measured from the top of the pipe barrel and shall be further defined as: a) Land Level Normal to the Direction of the Pipeline: Cover shall be measured from the top of the barrel of the pipe to the top of the existing natural ground surface. Part C, Construction Methods 19 • b) Cut Sections: Cover shall be required and shall be measured from the top of the pipe barrel to the planned grade. c) Fill Sections: Cover shall be measured from the top of the pipe barrel to the natural ground surface underlying the fill unless fill material is placed and properly compacted prior to laying the water line. d) Along and Under Streets: The Cover along streets shall be measured either from natural ground or the curb elevation, whichever results in the lowest absolute elevation of the pipe. Cover under streets shall be measured from the top of the subgrade. Minimum depth for service lines from the main to the meter box shall be 30 inches below the curb line. Copper service lines shall be wrapped with polyethylene. Calls for valves to be operated must be arranged prior to 10:00 a.m. one business day previous to the desired date of operation. After completion of construction of all water lines or sections thereof, the Contractor shall flush, test and disinfect the new water lines and in accordance with the Engineer of Record's plan as described below. a) Flushing: The Contractor shall fill and flush the newly constructed lines and visually check all combination air release and vacuum valves, blow -off valve assemblies, line valves, and fire hydrants to assure proper operation. Reasonable amounts of water for flushing, testing and disinfecting water lines will be supplied by the City. The work shall be coordinated to ensure that it will not be carried on during periods of high water usage. Water valves or other appurtenances on the existing water system, new tapping valves, or valves or appurtenances that have been accepted by the City, shall only be operated by, or under the direct personal supervision of, the City of Fayetteville Water & Sewer Maintenance Division. Specific permission shall be obtained from the City Water & Sewer Maintenance Superintendent for any other persons to operate City valves or appurtenances. The Engineer of Record shall develop a flushing plan to ensure that all lines are properly flushed. The plan should specify the sequence in which valves and hydrants are to be opened and the duration thereof, ensuring complete flushing and protecting the City's water system from construction contaminated water. The volume to be flushed shall be no less than three but no more than five times the volume of the main to be flushed, and shall be metered through a fire hydrant meter. The flow shall be such that a flushing velocity of not less than 2.5 feet per second and preferably 3.5 feet per second or greater is attained. b) Hydrostatic Testing: All pipe shall be tested as set out in AWWA C600, latest Part C, Construction Methods go • revision. Tests will be conducted only after the line is completed, including all taps and meter settings as required and the backfill completed. These tests shall be performed by the Contractor in the presence of the City Inspectors and the Engineer of Record. The Contractor shall furnish all necessary pressure gauges, meters, and pumps and make all taps and connections. Each valved section of pipe shall be slowly filled with water and the specified test pressure shall be applied by means of a pump connected to the pipe in a manner satisfactory to the Engineer. Before applying the test pressure, all air shall be expelled from the pipe by permanent taps or corporation cocks where necessary. Test pressure shall be either 150 percent of the static pressure or 200 psi, whichever is greater. The developer shall provide all pumps or other equipment necessary to maintain the test pressure within ±5 psi at the test point for a period of two hours. Fire hydrant valves shall be open during the pressure test. c) Leakage: The leakage test shall be conducted concurrently with the pressure test. Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, to maintain pressure within 5 psi of the above specified test pressure after the air in the pipeline has been expelled and the pipe has been filled with water. The leakage for water pipe shall be within the limits set out in AWWA C600, latest revision. No pipe installation will be accepted until the leakage is less than the number of gallons per hour as determined by the formula: L = allowable leakage, in gallons per hour; S = length of pipe tested in feet; D = nominal diameter of the pipe, in inches; and P = average test pressure (psi). Should any test of pipe laid disclose leakage greater than that specified, the leak(s) shall be located and repaired and the line shall be re -tested. All visible leaks shall be repaired regardless of the amount of leakage. Part C, Construction Methods 21 • A minimum of 10 percent of meter tails shall be tested for leakage as deemed appropriate by the City Inspector or Engineer of Record. The test shall be conducted by the Contractor in the presence of the City Inspectors and the Engineer of Record prior to final inspection. The procedure for the test shall be as follows. Select the meter tails to be tested 2. Install a ball valve at the end of the meter tail 3. Install a jumper in the meter yoke 4. Open the meter yoke valve 5. Visually inspect for leaks 6. Close the meter yoke valve 7. Remove the jumper from the meter yoke 8. Remove the ball valve from the end of the meter tail All leaks shall be located and repaired, and the test repeated. If leaks are found, the City Inspector, City Engineer or Engineer of Record may require an additional number of meter tails to be tested. dl Disinfection: After successful pressure testing, the line(s) shall be flushed at a velocity equal to or greater than 2.5 feet per second. The line shall then be disinfected in accordance with AWWA C65 1, latest revision, for "Disinfecting Water Mains," continuous feed method, except that the placing of hypochlorite granules into the main during construction will not be permitted. The contractor shall take great care when flushing the line to assure proper drainage is available to prevent harm at any adjacent downstream location. Disposal of the disinfecting water shall be in a manner that will protect the public and the receiving waters from harmful concentrations of chlorine. Such disposal shall be in accordance with all applicable EPA and ADEQ regulations. After disinfection is complete, the Contractor shall then flush the disinfecting solution from the lines, and the treated water lines will then be placed into service. Bacteriological samples shall be taken by City personnel only. Samples shall be taken on two consecutive days and shall be taken only on Monday, Tuesday, or Wednesday. Before a line is placed in service, two consecutive series of samples which are not collected on the same day and are taken no more than 14 days apart must show that the water is bacteriologically safe for drinking purposes. Water lines that dead end shall have a blow -off assembly located on the last joint of pipe as shown on the water line detail sheet. The last joint shall be blocked. Valves on dead end lines shall be placed on the next to last joint if possible and shall be restrained. Part C, Construction Methods 22 • 2. Pipe Trench, Excavation: The trench shall be excavated to at least 6 inches below the grade necessary to provide the minimum cover required. Minimum trench width shall be either 18 inches or the outside diameter of the pipe at the bell plus 12 inches. Maximum trench width shall be the outside diameter of the pipe plus 2 feet. Where the bottom of the trench at subgrade is found to be unstable or to include ashes, cinders, any type of refuse, vegetable or other organic materials, or large pieces of fragments of inorganic material which in the judgment of the Engineer should be removed, the trench shall be excavated and such material removed to the width and depth ordered by the Engineer. Before the pipe is laid the subgrade shall be made by backfilling with bedding material (Part B, Paragraph 5) in 6 inch uncompacted layers. The layers shall then be hand or machine tamped so as to provide a uniform and continuous bearing and support for the pipe at all points along the pipe length. The sides of any excavation, when deemed necessary or as required by State or Federal regulation, shall be properly supported with bracing, shoring or sheeting as the need may be. Such bracing and shoring shall be withdrawn as the work progresses. In case the excavation is close enough to buildings or other foundations as to endanger their stability by the removing of such bracing, then they shall be made secure and left in place, and the water line trench backfilled and thoroughly tamped with the bracing in place. The Contractor shall provide sufficient pumps and other necessary equipment to keep the trench free of water which may accumulate. If the bottom of the trench becomes soft and muddy, the Contractor shall remove all such soft material and replace it with bedding materials approved in Part B of these specifications. Under no conditions shall pipe be laid in a trench that has not been properly dewatered. The length of trench that may be opened ahead of the pipe laying operation shall be determined by field conditions. The contractor is responsible for the proper restoration of open trenches damaged by the weather or by other means. If, because of such trench damage, a different type of pipe bedding system is required to provide proper pipe support, the extra expense of such revised bedding shall be borne by the contractor at no cost to the City. 3. Pipe Trench, Backfill: After the pipe bedding has been placed (including up through 6" above the pipe), the trench, excavated areas around valves, fittings, fire hydrants, and other appurtenances shall be backfilled with excavated material free from rock larger than 6 inches within 18" of the top of the bedding and 8" in diameter thereafter. In no case shall rock material from blasting operations be allowed in the trench. Part C, Construction Methods 23 • All pipeline trench backfill shall be placed in layers of appropriate thickness and compacted using a mechanical, hydraulically -powered vibratory trench compactor or other equivalent equipment. Heavy compaction equipment shall not be used closer than 2 feet to the top of the pipe. Any backfill failing to meet the compaction requirements set out below shall be replaced and/or recompacted to meet the compaction specifications. All trench backfill (except under paved or driving surface areas as detailed below) shall be compacted to 90 percent (minimum) of that of the adjacent undisturbed soil. Unless specifically noted on the Plans, no density testing will be required to prove compliance with the 90 percent density requirement. In areas where the trench is parallel to or crosses any paved area or driving surface including streets, parking lots, future or planned streets, or driveways, the backfill shall be crushed stone as specified in Section 300 CRUSHED STONE BASE (AHTD Class 7). The Crushed stone trench backfill (aggregate base course, Class 7) shall be placed in 6 to 8 inch lifts and compacted to 95 percent modified Proctor density (ASTM D1557-78). Red clay gravel or "hillside" may be used as a backfill material in areas described in the above paragraph when specifically approved by the City Engineer and compacted in 6 to 8 inch lifts to 95 percent of standard proctor. One density test per crossing shall be required. Where the trench runs parallel to the driving or paved surface one density test shall be required per 500 feet or portion thereof. An additional test will be made for each test failure at approximately 100 feet either side of failing test. In areas to be topsoiled, the density of the backfill material shall be tested at a depth of 12 to 18 inches below the finished grade prior to the placement of the topsoil. In open fields and other areas where deemed appropriate, the trench may be overfilled and allowed to settle prior to final surface replacement. Trenches may be flooded to promote settlement in areas where it is deemed appropriate. 4. Installation of Meter Box Settings: Meter box settings shall be located at the street right of way or easement line. Double meter boxes shall be placed on the property line between the two lots to be served. The final grade at the meter box location shall be determined by the Engineer of Record and the meter box shall be placed at that grade. Final grade should take into account probable future installation of topsoil and/or sod. Up to the time of final acceptance by the City, it shall be the responsibility of the Owner to make whatever adjustments to meter boxes that might be necessary. After final acceptance by the City any adjustment of meter boxes needed will be handled in accordance with existing or future City Ordinances that may govern the situation. Part C, Construction Methods 24 • No meters shall be set by the City until the meter box is adjusted to the proper grade. Any boxes falling in driveways or sidewalks shall be relocated at the expense of the developer or lot owner. It shall be the responsibility of the Engineer of Record to place meter box locations on the Record Drawings and to mark them in the field. The Record Drawings shall indicate from where each lot is to receive water service. 5. Valve and Valve Box Installation: Gate and butterfly valves shall be installed in accordance with AWWA C605, latest revision, and with either AWWA C504 or AWWA C509, as applicable, latest revisions, the manufacturer's recommendations, and these Specifications. Prior to installation, all valves shall be visually inspected for defects, and any foreign material in the valve interior removed. Special attention shall be given when installing butterfly valves on AWWA C900 or C905 PVC pipe. Due to the thickness of this pipe, it must be trimmed where it enters the valve so that the valve gate can either fully open (if installed in the closed position) or close (if installed in the open position). A valve box as specified shall be provided for each valve used in a buried service application. The valve box shall be installed so as not to transmit shock or stress to the valve. The valve box shall be centered and plumb over the operating nut of the valve with the box cover flush with the surface of the finished surface. The valve box shall be backfilled evenly around its perimeter with select material. The backfill material shall be tamped so that the ground will not settle after placement of the concrete collar. All valve box lids shall have a concrete collar placed around them. The collar shall be 18 inch square centered on the valve box lid and shall be 6 inches thick cast -in -place, except that on flat surfaces a round precast collar may be used. The top of the pad shall be flush with the top of the box and the surrounding ground or roadway surface. Valve box collars shall not be constructed until every item of cleanup has been completed. Where valves are in paved areas, the specified street repair may be substituted for the concrete collar. Tracer wire shall be installed along the outside of the valve box to a point near the top of the box, where a hole will be drilled and the tracer wire inserted into the box. 6. Fire Hydrant Installation: Prior to installation, all hydrants shall be inspected for direction of opening, cleanliness of inlet elbow, handling damage, and cracks. Part C, Construction Methods 25 All hydrants shall stand plumb within a tolerance of 1/8 inch horizontally in 12 inches vertically. The nozzles shall be parallel with, or at right angles to, the street with the pumper nozzle facing the curb. Hydrants shall be set to established grade with the nozzle centerline at least 18 inches above the ground. When hydrants are placed beyond the curb, the hydrant barrel shall be set so that no portion of the pumper or hose nozzle cap will be less than 12 inches nor more than 18 inches from the outside face of the curb. When set in the lawn space between the curb and the sidewalk, or between the sidewalk and the property line, no portion of the hydrant or nozzle cap shall be within 6 inches of the sidewalk. Each hydrant shall be connected to the main with a 6 inch ductile iron pipe branch and an independent 6 inch gate valve. The 6 inch gate valve shall be positively restrained to the main by use of either a retaining lip and swivel gland for positive restraint without tie rods or by a flanged connection. Any change in grade needed to properly place the hydrant shall be accomplished by the use of an "S" fitting. Drainage shall be provided at the base of the hydrant by placing coarse gravel or crushed stone mixed with sand from the top of the reaction backing to at least 6 inches above the waste opening in the hydrant, and to a distance 3 feet around the elbow. No drainage system shall be connected to a sewer. The bowl of each hydrant shall be braced against unexcavated earth at the end of the trench with concrete reaction backing. IN NO CASE SHALL THE CONCRETE BACKING BLOCK OR IMPEDE FLOW FROM THE FIRE HYDRANT DRAIN PORTS. All fire hydrants shall be tested by the contractor and/or engineer in accordance with Chapter 4 of AWWA Manual M17, latest revision. The contractor and/or engineer shall also perform flow testing of new fire hydrants in accordance with Chapter 6 of AWWA Manual M17, latest revision, and shall paint the hydrant bonnets and nozzle caps according to the following table: Part C, Construction Methods 26 C 0 Color Flow Under Fire Conditions Light Blue Z 1500 gpm Light Green 1000 - 1499 gpm Orange 500 - 999 gpm Red < 500 gpm Fire hydrant flow testing shall be coordinated with the Water and Sewer Maintenance Division. Upon completion of flow testing, the engineer shall provide to the City Water and Sewer Maintenance Division a completed "Fire Hydrant Information Sheet." 7. Blow -Off Construction: The location of the blow -offs shall generally be as detailed. The exact location as well as the orientation and length of the piping shall be determined in the field to ascertain that the vertical riser extends above natural grade. 8. Clean -Up: These specifications shall apply in all cases unless the landowner involved indicates to the City a willingness to waive them. However, no waiver will relieve the contractor from the requirement to refill sunken ditchlines as necessary and to control erosion from the cut areas by seeding and mulching until grass is established. Also, no waiver will relieve the contractor from the requirement to leave the site neat and free from construction debris of all kinds. Any such waiver must be submitted in writing to the City and approved by the City Engineer. There are generally three classifications of cleanup for water line construction: Class I Cleanup. Areas of construction within lawns, gardens, or other well -kept areas, including street rights of way that are kept as lawns by adjacent landowners. Class II Cleanup. Areas of construction within fields, meadows and street rights of way which are mowed or cultivated (gardens excepted). Class III Cleanup. Areas of construction that are heavily brushed or wooded, steep rocky slopes, or other areas where it is not practical for the area to be cultivated. The method of cleanup for each of the classes defined above shall be as set out below. a) Class I Cleanup - Lawns, Gardens, Etc. The trench shall be backfilled in accordance Part C, Construction Methods 27 0 0 with these Specifications. After the topsoil has been replaced to the same depth as adjacent undisturbed areas over the damaged areas, the Contractor shall proceed immediately to hand rake the entire construction area to remove all rock 1/2 inch or larger in diameter. Debris of every type shall be removed and all damaged tree limbs shall be pruned. After the area has been raked and accepted, it shall be seeded at the rate of 0.15 pounds per 100 square feet, using the following seed mixture (percent weight): Lawn Fescue 40% Blue Grass 30% Rye Grass (Annual) 30% During or after seeding is complete, all areas shall be covered with 10-20-10 fertilizer at the rate of 250 pounds per acre, or approximately one-half pound per 100 square feet. No watering will be required. However, after seeding and fertilization the entire area shall be rolled with a roller of sufficient size and weight to achieve a smooth finished surface prior to mulching. Straw mulch consisting of good grade clean straw, free of weeds or seed shall be placed over seeded areas and shall be uniformly spread so as to provide a thickness of approximately 2 inches when first spread. Where the existing ground cover does not contain any of the grasses as set out in the seed mixture above (Bermuda grass, Zoysia, etc.), the Contractor shall be responsible for cutting, removing stockpiling and saving the existing sod on the job site. After constructing the water line and backfilling the trench, the sod shall be replaced to a condition equal to or better than that prior to construction. In the event that insufficient sod has been stored, or sod has been lost or destroyed, the Contractor shall be responsible for providing and installing new solid sod of the existing type to complete the cleanup. b) Class II Cleanup - Fields, Meadows, Etc. The trench shall be backfilled in accordance with the Pipe Specifications. After the backfill is completed and the surface over the trench left slightly rounded, the area shall be machine raked to remove all rock to a condition equal to the existing surface on the better side of the adjacent existing right of way. All excess excavated material shall be removed from the site, including excess material which has accumulated around fence posts, trees, mailboxes, etc. All areas which have been disturbed, such as that caused by equipment tracks, shall be carefully backfilled and repaired as though it were a part of the actual trench excavation. Seeding and fertilizing of these areas is required using the seed mixture and application rates set out below (percent expressed in terms of weight). Field Fescue 40% Part C, Construction Methods 28 Rye Grass (Annual) 40% White Clover (Common) 20% After the area has been accepted, it shall be seeded at the rate of 0.15 pounds per 100 square feet. During or after seeding is complete, all areas shall be covered with 10-20-10 fertilizer at the rate of 250 pounds per acre, or about one-half pound per 100 square feet. No watering will be required. However, after seeding and fertilization the entire area shall be rolled with a roller of sufficient size and weight to achieve a smooth finished surface prior to mulching. Where the existing field grass is Bermuda, or other type not specified above, the Contractor shall place such topsoil as required, and shall seed with the existing type grass so that an equivalent ground cover will be provided. Straw mulch consisting of good grade clean straw, free of weeds or seed shall be placed over seeded areas and shall be uniformly spread so as to provide a thickness of approximately 2 inches when first spread. c) Class III Cleanup - Steep, Wooded or Rocky Areas. The trench shall be backfilled in accordance with the Pipe Specifications. After the trench backfill is complete, all damaged brush of every type shall be cut just below ground surface and all damaged limbs shall be trimmed. All brush and debris shall be disposed of by the Contractor and the entire area shall be machine raked so that the area of construction is in a condition equal to the existing surface on the better side of the existing adjacent right of way. The area of the trench line shall then be seeded and fertilized at the rate of 0.15 pounds per 100 square feet using the same seed mixture, fertilizer and application rates as set out under Class II cleanup, except that tall fescue (Kentucky 31) shall be used in place of field fescue. Straw mulch consisting of good grade clean straw, free of weeds or seed shall be placed over seeded areas and shall be uniformly spread so as to provide a thickness of approximately 2 inches when first spread. d) All Areas. All work within the construction area shall be cleaned to the satisfaction of the Owner. In general, all rocks, trash or rubbish of any nature shall be removed from the site of the work. During construction, the Contractor shall at all times keep work areas in a clean, neat and workmanlike condition. Excess pipe, excavation, brush and materials of construction shall be removed and disposed of as the work progresses. In built-up areas, including lawns, the job site shall be cleaned up immediately behind construction. Streets and driveways blocked by excess materials after basic construction is completed will not be tolerated. Part C, Construction Methods 29 If the trench should settle while the Contractor is still on the job or within two (2) years of the project completion date, the Contractor shall make the required repairs at no additional cost to the Owner in accordance with the continuing responsibility provisions of these Specifications. Failure of Contractor to make necessary repairs during the one year period will be cause for Owner to make or contract for such repairs and invoice the Contractor for all costs. e) Restoration of Damaged Surfaces and Property. Where any pavement, trees, shrubbery, fences, poles or other property and surface structures have been damaged, removed or disturbed by the Contractor, whether deliberately or through failure to carry out the requirements of the contract documents, state laws, municipal ordinances, or through failure to employ usual and reasonable safeguards, such property and surface structures shall be replaced or repaired at the expense of the Contractor. f) Access after Construction. Unless otherwise directed, all areas shall be graded after construction so as to be accessible by four wheel drive vehicle. These clean-up specifications shall apply to on -site subdivision construction as well as off -site construction of water lines. The fact that the installation of other utilities and/or house building activities may damage such erosion control measures shall not exempt the developer from this requirement. 9. Pavement Repairs: All pavements which have been removed or damaged shall be repaired in accordance with these Specifications depending upon the type of pavement existing prior to construction. a. Asphaltic Pavement Repair. The existing pavement shall be saw -cut and removed to a point 18 inches beyond the trench line limits, and brought to grade 9 inches below the top of the existing pavement. Six inches of 3000 psi concrete shall be placed and allowed to cure. This area shall then be resurfaced by applying asphaltic cement prime coat at the rate of 0.25 gallons/square yard, followed by a minimum of 3 inches of hot -mixed, hot -laid asphaltic concrete, laid to an elevation matching the existing finished grade. The hot -mixed, hot -laid asphalt shall be compacted to 92 percent of theoretical density. One nuclear densimeter test per asphaltic patch or repair shall be performed. The asphaltic pavement repair shall be deemed acceptable by the Engineer upon a passing nuclear densimeter test at a location as directed by the Engineer. The cost of determining the compacted density shall be at the expense of the Contractor. Any unacceptable patch or repair shall be replaced and/or recompacted and retested at the Contractor's expense. Part C, Construction Methods I b. Concrete Pavement Repair. The existing pavement shall be saw -cut and removed to a point 18 inches beyond the trench line limits, and brought to grade 9 inches below the top of the existing pavement. Concrete (4200 psi) shall be placed to match the existing surface. Joint sealer shall be placed in the area between the repaired surface and the original surface. c. Unpaved Driving Surface Repair. After the trench has been backfilled as set out elsewhere in these Specifications, the surface shall be brought to the existing grade with additional crushed stone base. Where special paving surfaces exist, such as natural gravel, washed gravel, exposed aggregate, or other such special materials, then the final surfaces shall be replaced in kind except where specifically noted otherwise. 10. Barricades. Guards and Safety Provisions: To protect persons from injury and to avoid property damage, adequate barricades, construction signs, warning lights and guards as required shall be placed and maintained during the progress of the construction work and until it is safe for traffic to use the highway. All material piles, equipment and pipe which may serve as obstructions to traffic shall be enclosed by fences or barricades and shall be protected by proper lights when the visibility is poor. Execution of all necessary safety precautions is the sole responsibility of the Contractor. 11. Maintenance of Traffic and Closing of Streets: The Contractor shall carry on the work in a manner which will cause the least interruption to traffic, and may close to through travel not more than two consecutive blocks, including the cross street intersected. Where traffic must cross open trenches, the Contractor shall provide suitable bridges at street intersections and driveways. The Contractor shall post suitable signs indicating that a street is closed and necessary detour signs for a proper maintenance of traffic. Three (3) days written notice to the Mayor's office is required prior to the closing of any street. Also, it will be the contractor's responsibility to notify all emergency units (fire, police, EMS, etc.) prior to the closing or partial closing of a street. The closing of State Highways shall require approval of both the City and the State Highway and Transportation Department. Part C, Construction Methods APPENDIX B Special Provisions • SPECIAL PROVISIONS The Standard Water Line Specifications as published by the City of Fayetteville shall govern for all water mains and appurtenances to be installed on this project, except as modified herein. All ductile iron mechanical joint waterline fittings shall have a 6-8 mil thickness of fusion bonded epoxy applied to the exterior and interior of each fitting. This coating shall conform to ANSI/AWWA C550 and C116/A21.16. Tracer wire when spliced or damaged shall be connected with wire nut and wrapped with electrical tape. 3. Meter yoke shall be Mueller B2404 or approved equal. 4. Water service line shall be Drisco Pipe, 200 psi, DR -9, or approved equal. One inch minimum size between the main and meter setter inlet. Install trace wire with the service line, spliced to or looped from the water main trace wire to the meter box. Service line on the meter outlet side, connecting to the customer's tubing, may be 1 -inch or 3/4 —inch in size, as required to match the customer's service line. All trenches shall be backfilled in accordance with the City of Fayetteville's Standard Specifications for Waterline Construction, dated 1996, or its latest revision. 6. Fire hydrants shall be color coded based upon flow capacities. The caps and bonnet, or top two inches of the hydrant if there is no bonnet, shall be color coded as specified below. After color coding is applied, all parts of the fire hydrants shall be coated with Axon Arospace Bright White Alert No. 1460, or equal as approved by the City. Color coding shall not be applied over the Arospace reflective paint. Upon request of the Contractor, the City will conduct flow measurements and notify Contractor of flow determinations. Flow Capacity (gpm) Color 500-1,000 Orange 1,000-1,500 Light Green >1,500 Light Blue The paint shown on the table on the following page, available at Lowe's of Fayetteville, or equal, as approved by the City or the Engineer, shall be used for color coding. FY042125 Hwy 62 Water, Appendix B 9 Paint Name - Interprise First Step Metal Primer — 48938 Red Interprise-Green Base 1180 Colorant Oz 48' 96`s 102 Thalo Blue 15 1 103 Thalo Green 2Y 9 0 111 Med Yellow 31 0 Interprise-Red Base 1184 Colorant Oz 48`s 96`s 102 Thalo Green 0 0 0 114 Ext Yellow lY 29 0 116 Ext Red l0Y 37 113 White 30 0 Interprise-Blue Base 1180 Colorant Oz 48`11 96th 102 Thalo Blue IY 4 115 Magenta 8 Paint Name - Koppers - Osha Safety Rustarmor Koppers Orange 324 500 Enamel 7. Valve boxes shall be American Flow Control Trench Adaptor of appropriate length for the installation. The word WATER shall be cast into the top of the lid. Extension pieces, if required, shall be the manufacturer's standard type. All units shall be complete with all necessary bases and accessories. FY042125 Hwy 62 Water, Appendix B 2 APPENDIX C Water Shut Down and Boil Orders City of Fayetteville CI FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Jim Beavers, City Engineer From: David Jurgens, Water/Sewer Date: 13 March, 2000 Re: Water Shut Down and Boil Orders For Contractor Work Updated 13 March 2000 The Arkansas Department of Health has changed its boil order policy; This memo, and the attached notices to customers, reflect the changes in that policy. These outline the updated procedures to be followed any time a contractor must shut down water to any customers serviced by the Fayetteville water system. Most of the changes are in the attachments and in the sampling procedures the Water/Sewer Department must follow; there are no changes in the contractor's procedures. This policy should go into effect immediately. You can easily tell if the form being used is the updated form. These all have the following line near the bottom of the notice: Letter updated 13 March, 2000. Previous editions are obsolete. If this line is not present, the notice is obsolete and should be discarded. First, shutting down water to any customers for a planned job shall be avoided whenever possible. All possible efforts must be made to keep water flowing to all customers. If the shut down involves hospitals, health facilities, schools, food service establishments, day care centers, industries, chicken houses, homes with special needs, and other water -critical facilities (as determined by the City), temporary water service must be provided at the contractor's or developer's expense. In the event that water must be shut offto a customer, each customer shall be notified no later than 72 hours (or three working days, whichever is longer), in advance with a form provided by the Water and Sewer Maintenance Superintendent. A copy of this form is attached. The contractor is responsible to hand out these advance notices to each customer who will be out of service after specific coordination with the Water and Sewer Maintenance Department. Notices shall be distributed to the customers only after it is completely filled out, including the address fist, and submitted to and approved by the Water/Sewer Department. The City reserves the right to establish the day and time for the water shut -down. This may include, but is not limited to, requiring that the shut -down take place at the time ofminimum usage for the customers, and will frequently be late night and/or weekend work. Any costs incurred will be borne by the contractor. When possible, we would like to have the work performed no later in the week than Wednesday, so we can have the boil order results back in the same week as the work is performed. Steps of the process are as follows: 1. Identify the potential need to shut down the water. 2. Coordinate with the Water/Sewer Department to identify exactly what addresses will be impacted and what valves must be operated. Jointly ensure that all of these valves are in proper working order. 3. Meet with the following to ensure all parties are involved and fully aware of the project and what is involved. This meeting will normally be held at the City Engineer's office at least 4 working days prior to the shut down. The following must attend: the designing engineer (or his representative), the contractor, the City's engineering inspector, and a representative of the Water/Sewer Department. The designing engineer or contractor must bring with them the list of addresses to be affected. They must also have detailed plans for the work to be performed and plans for any temporary water services to be provided. Coordination must be made with each critical water user prior to this meeting. Points of contact (names and telephone numbers) for each must be on the list. 4. Deliver the notices to the Water/Sewer Department, with the address list. Confirm that the information is approved. This must be done prior to distributing the notices to the customers. 5. Hand out notices to the customers three working days in advance. Each individual address that is notified must be written down, and a copy of the list must be delivered to the Water and Sewer Department no later than two working hours prior the notices being distributed. This list should exactly match the list identified in advance, per paragraph 3, above. If apartments or other multi -dwelling structures are involved, notice must be delivered to each individual residence. Legally, notices can not be put in mailboxes. 6. Confirm with both Engineering and Water/Sewer no later than 10:00 a.m. the day prior to the work being performed to confirm inspection and valve operation. [Engineer/Contractor]. 7. Perform the work. 8. Notify Water/Sewer when finished with job, so they can take water samples for the boil order. 9. Issue boil order releases when sample results are returned. The Water/Sewer Department will issue the releases. In some cases, the Water/Sewer Department may require the contractor provide personnel to assist in handing out the notices. I have attached two separate notices which may have to be distributed. The first is for water pressure reduction, when no boil order will be required. The second is when a boil order will be required. The decision of which is required will be made in the meeting at Engineering (step 3). Letter updated 13 March, 2000. Previous editions are obsolete. 'SPECS\BOIL-CON.DEP THE CITY OF FAYETTEVILLE, ARKANSAS WATER SYSTEM NOTICE.TO THE CUSTOMER PRECAUTIONARY BOIL WATER NOTICE Due to scheduled water system maintenance in your area, the contractor listed below, under supervision of the engineer listed below, must shut the water off to your business or residence. If you need to draw up water for use, please do so before this time. The water will be off as follows: DATE TURNED OFF (approximate): TIME TURNED OFF (approximate): TIME TURNED ON (approximate): Once your water has been turned back on, the Arkansas Department of Health (ADH) requires the City of Fayetteville Water and Sewer Department issue this precautionary boil water notice. The ADH recommends that water being used for drinking and cooking be heated to a rolling boil for at least one minute. Ice cubes formed while this boil order is in effect should be discarded and only boiled water used for making ice. Water used for bathing should not be a problem, although small children should be supervised to ensure they do not ingest the water. In addition to or in lieu of boiling the water, you may want to use bottled water from a reputable source. This boil order will be in effect until the water has been tested and approved by the Arkansas Department of Health laboratory. The results should be known in 5 to 7 days. You will be notified via letter on your door as soon as the Water/Sewer Department receives this approval from the State Health Department. Again, this boil order is a precautionary requirement. The chances of contamination in your water are slight, but for your safety and to meet State regulations this precautionary boil order has been issued for your residence or business. If you have any questions, please call one of the following: Engineer: Conwcy and Contact N® Contractor: Thank you for your patience and consideration. Water & Si?/4r Maintenance Superintendent 575-8386 NI Lettcr updated 13 March, 2000. Previous editions an; obsolete. DJ\C:VBOO.CON.WPD FAYETTETILLE S THE CITY OF FAYEITEVILLE, ARKANSAS WATER SYSTEM NOTICE TO THE CUSTOMER WATER PRESSURE REDUCTION Due to scheduled water system maintenance in your area, the contractor listed below, under supervision of the engineer listed below, must significantly reduce the water pressure in the area serving your business or residence. The water pressure will be reduced at the following time: DATE TURNED DOWN: TIME TURNED DOWN (approximate): TIME TURNED BACK ON (approximate): The pressure will probably be reduced such that you will not have water available in your residence or business. We are attempting to make the repairs in this way so as to avoid having to put your home or business on a precautionary boil order. As this is simply a temporary reduction in pressure and, if the work goes as planned, there will be no requirement for the City to issue a precautionary boil order. Your water will be perfectly safe to drink as soon as full pressure is restored. If the repair does not work as we expect and a boil order becomes necessary, you will be notified, in writing, when we the need for the boil order is identified. If you need to draw up water for use, please do so before the time we Will be reducing pressure. If you have any questions, please call one of the following: Engineer: Contractor: Company sad Contact Name Company and Contact Name Thank you for your patience and consideration. DAVID JURGENS Water/Sewer Maintenance Superintendent 575-8386 Letter updated 13 March, 2000. Previous editions are obsolete. Phone Phone DJ\C:\\BOILCON-PRES.WPD 113 WEST MOUNTAIN 72701 501-521-7700 BOIL ORDER FORM NOTIFIED ADDRESSES: DATE CLEARED CREW FOREMAN APPENDIX D Chapter 5, Tree and Landscape Manual City of Fayetteville City of Fayetteville Landscape Manual Chapter 5: Tree Protection During Construction City of Fayetteville Landscape Manual General Information (Excerpt from "How Construction Effects Trees" by Kim J. Hesse, published 3/17/99 in the Northwest Arkansas Times) "On most construction sites, existing trees are not protected and are vulnerable to the increased activity and use of equipment. Injury to the bark is very common when vehicles and equipment are present within the limits of the tree's canopy. But more commonly, the process of grading and trenching result in the greatest destruction to your trees. If you are considering terracing your yard, adding berms to create interest, or simply installing an underground irrigation system, be aware of the effects during construction.. When grading a site the existing vegetation and topsoil is usually stripped removing valuable nutrients and moisture that the roots depend on. Adding fill during the grading process will almost always smother tree roots in the soil below. Trucking or bulldozing in extra soil results in incidental soil compaction. Vehicles, construction equipment, stored supplies, and even foot traffic all cause soil compaction which cuts off oxygen the tree needs to absorb nutrients and can lead to the death of a tree. Trenching to install utilities or irrigation lines involves digging from the surface down to a prescribed depth, usually 2 feet or more below the surface of the soil. Since the majority of tree roots are concentrated in the top 3 feet of soil, trenching within the root zone of the tree inevitably severs roots. The closer the pass to the trunk of the tree, the greater the percentage of roots effected. Remember, a tree only grows between 4 and 11 major roots. The damage is further magnified by trenching equipment that rip and crush roots leaving large, traumatic wounds that are difficult to heal, and offer gapping points of entry for insects and disease. A combination of mistakes during construction can compound the stress to the tree. Assume that a couple of major roots are destroyed during trenching and a portion of absorption roots are crushed when a vehicle is allowed to pass within the dripline of the tree. The tree has the same amount of crown to feed with possibly 25% less roots needed to absorb moisture and nutrients. As a result, a portion of the crown declines which means less photosynthesis can occur further weakening the tree. With most construction activity being a detriment to existing vegetation, it is best to stay away from the existing trees or shrubs you plan to preserve. Erect fencing material around areas that you want to protect. As a general rule, it is important to stay outside of the limits of a tree's canopy. This means keeping foot traffic, truck traffic, and even the storage of supplies away from the protected area. Be sure to communicate to everyone involved in the construction process the importance of staying clear of the fenced areas. If you are serious about saving certain trees, you may reconsider the design of your improvements, so plan for this in advance. City of Fayetteville Landscape Manual Many people consider removing the existing trees with the intent to replace them once construction is complete. Tree replacement, however, is no substitute for preserving mature, established trees that are providing shade, wildlife habitat, clean air and general human enjoyment. A tree planted within the urban setting has an average life expectancy of 10 to 35 years due partly to the polluted environment. A young tree planted today must face a long hard road before it will match the splendor of the mature tree it is replacing. Saving trees during construction may cost additional money, time and some aggravation but the value of a mature established tree will far outweigh that cost." Tree preservation is difficult to do during the construction process and the contractor must be aware of which trees are to be preserved during the bidding process. Clarity on what trees and areas are to be undisturbed are critical in preserving valuable site characteristics. Provided is a list of commonly encountered trees that are especially sensitive to construction disturbance: Paper Birch Flowering Dogwood Magnolia species Betula papyrifera Corpus florida Magnolia ssp. Redbud Beech species Crabapple Cercis canadensis Fagus spp. Ma/us ssp. Fringetree Carolina Silverbell American Hop -hornbeam Chionanthus virginicus Halesia carolina Ostrya virginiana Mockernut Hickory Witch -hazel Sourwood Carya tomentosa Hamamelis virginiana Oxydendrum arboreum Shagbark Hickory Black Walnut Spruce species Carya ovata Juglans nigra Picea ssp. Bitternut Hickory Sweetgum White Pine Carya cordiformis Liquidambar styraciflua Pinus strobus Yellow -wood Tulip Tree Black Cherry Cladrastis lutea Liriodendron tulipifera Prunus serotina White Oak Scarlet Oak Southern Red Oak Quercus albs Quercus coccinea Quercus Falcata Post Oak Slippery Elm Quercus stellata Ulmus rubra 101 City of Fayetteville Landscape Manual Pre Construction Preventive measures are very helpful in protecting trees through the construction process. Awareness of what trees are going to be preserved and their preconstruction condition will give the caretaker better knowledge of how to protect the tree during construction and what measures to take after construction. For that reason a pre construction survey is needed; a tree survey will provide the basis for after construction treatment. A predevelopment survey will also identify any undesirable trees that can be removed and locate any rare or important trees that need extra care. The more detailed the initial analysis, the better a person can manage the actions that need to be taken before, during, and after construction. One of the best ways to manage existing trees in construction is communication with the contractor. Just telling the contractor which trees need to be saved is only the beginning. The developer or owner needs to communicate why certain construction practices are detrimental and periodically monitor progress to insure existing trees are not damaged. There are several practices that can be done to a tree to prepare it for the stress related to construction. Construction of a tree protection fence (See full page detail on pg. 107) The single most important element in protecting trees. The fence should extend at least to the edge of the drip line, farther if possible Plan view Spreading of mulch or gravel A 12" layer of mulch or a 6" layer of gravel can reduce compaction up to 4" in depth. A temporary bridge can be implemented to further reduce compaction (See full page detail on pg. 109) Reduce mulch to 4" after construction complete 102 City of Fayetteville Landscape Manual • Pruning The removal of limbs that could be an obstruction to equipment should be removed. For safety and to prevent further damage to the tree, any dead limbs should also be removed. • Irrigation Probably the most important preventive measure is irrigation. Previously water stressed trees have a poorer chance of survival than a well - watered, healthy tree. Irrigation should be carried out in normal fashion, wetting entire root zone to a depth of 2' to 3'. On sites that generate excessive dust due to construction, the leaves of the trees must be sprayed with water to prevent dust from clogging pores of the leaves. • Fertilization Supplemental nutrients can be applied to trees that exhibit weak, scraggly crowns and overall poor performance. The only time fertilization is beneficial is the season before construction is scheduled to begin. • Construction of a fill/ aeration system (See full page detail on pg.108) This system allows for gas exchange between roots and the atmosphere, otherwise not possible when soil is compacted and/or paving is applied. Ate} F C t JIr[ A Fy AF F AF s[a F,' AA M F p� F�F FAR �F '•, �F_K �µa'a{tlfFFFFF 55TT F+r #' BF min. Wall with no— A' E i.ting Grade Finish Grade footing rl ' Il '1 i-Screened vent cap Crushed stone I Drain to daylight C perforated pipe min. wropped in gmteatile fabric Width of tree crown or largo The following attached table was taken from Trees and DevelopmentA Technical Guide to Preservation of Trees During Land Development titled Major construction impacts, construction activities, and methods to minimize tree damage. 103 City of Fayetteville Landscape Manual Impacts to tree Construction activity Stripping site of organic surface soil before grading; clearing unwanted vegetation; demolishing existing structures Lowering grade, scarifying, preparing subgrade for fill and structures Preparing subgrade for pavement Excavation for footings, walls, foundations Methods/Treatments minimize damage Restrict stripping of topsoil around trees Install fences to protect trees from injury Any woody vegetation should be cut level with ground and not pulled up by roots Before grading, root prune tree at edge of excavation to depth required Soil beyond cut face can be removed by equipment sitting outside of dripline Use retaining walls with discontinuous footings to increase the distance that natural grade is maintained Use paving section requiring a minimum amount of excavation Minimize thickness of pavement by directing heavy traffic away from trees Increase strength of pavement to reduce reliance on subgrade for strength Avoid continuous footings adjacent to trees Use pier foundations with beams above grade instead of slab Orient piers to avoid major roots Excavate by hand, bridging roots where possible Where roots must be removed, cut cleanly with appropriate tools, saw, not backhoe or trencher Avoid open trenching in root City of Fayetteville Landscape Manual Impacts to Construction activity Methods/Treatments to tree minimize damage • Tunnel under roots, if possible. If not, dig by hand bridging roots greater than 1 "diameter • Consolidate utilities in one trench Wounding Injury from equipment Fence tree to enclose low crown of tree branches and protect trunk • Clean up wounds up as soon as possible Creating clearance for building, Prune to minimum height traffic, construction equipment required prior to construction • Consider minimum height requirements of construction equipment and emergency vehicles over road • All pruning should be done by a Certified Arborist Unfavorable Compacted surface soils Fence trees to keep traffic and conditions for storage out of root area root growth; •Provide a storage yard and chronic stress traffic areas for construction from reduced activity well away from trees root system Where traffic cannot be diverted, protect soil surface with thick mulch or steel plates Spills, waste disposal Fence trees to exclude dumping • Clean up accidental spills immediately Soil sterilants (herbicides) applied Use herbicides safe for use over pavement around trees. Adhere to label requirements Impervious pavement over soil Minimize use of pavement within surface dripline Inadequate soil Rechannelization of stream flow; Consider system to allow low moisture redirecting runoff; lowering water flow through normal stream table; lowering grade alignments and provide bypass into storm drains to peak flow • Provide supplemental irrigation in similar volumes and seasonal distribution as would normally occur 105 City of Fayetteville Landscape Manual Impacts to tree Excess soil moisture Increased exposure Construction activity Underground flow backup; raising water table Lack of surface drainage away from tree Irrigation of exotic plants Thinning stands, removal of undergrowth Reflected heat from surrounding hard surfaces Methods/Treatments to minimize damage Fills placed across drainage courses must have culverts placed at the bottom of the low flow so that water is not backed up upstream Study the geotechnical report for ground water characteristics to see that walls and fills will not intercept underground flow Where surface grades are to be modified, make sure that water will flow away from the trunk. If tree is in low point, design drain system with least impact to roots • Match irrigation requirements of tree and understory landscape to avoid over irrigation • Retain forest trees in groves rather than singly • Maintain natural undergrowth • Minimize use of hard surfaces around trees. Monitor moisture needs where water use is expected to increase Pruning •Avoid severe pruning where previously shaded bark would be exposed to sun. City of Fayetteville Landscape Manual MR S' mo.imam spec. Plan view ponge ee StNctbn lust Mrb or .e rues). with M v q drVR�e MCW, (re^le N Cn,i.I Rw, rm,) Rb6ue - I IL- M ch of math db. City of Fayetteville Standard Notes For Tree and Natural Area Protection 1. Ali trees and natural areas shown on this plan to be preserved shall be protected during construction with temporary fencing 2. Protective fences shall be erected according to City of Fayetteville standards for tree protection 3. Protective fences shall be installed prior to the start of any site preparation work and shall be maintained throughout all phases of the construction project 4. Erosion and sedimentation control barriers shall be installed or maintained in a manner which does not result in soil build-up within tree driplines 5. Protective fences shall surround the trees or group of trees, and will be located at the dripline, for natural areas, protective fences shall follow the limit of construction line, in order to prevent the following: A. Soil compaction in the root zone area resulting from vehicular traffic or storage of equipment B. Root zone disturbances due to grade changes' (greater than 6") or trenching not reviewed by city arborist C. wounds to exposed mots, trunk or limbs by mechanical equipment D. other activities detrimental to trees such as chemical storage, cement truck cleaning, & fires 6. Exceptions to installing fences at tree driplines may be permitted In the following cases: A. Where there Is to be an approved grade change, impermeable paving surface, tree well, or other such site development B. Where permeable paving Is to be installed within a tree's dripline, erect the fence at the outer limits of the permeable paving area (prior to site grading so that this area Is graded separately prior to paving installation to minimize root damage) C. Where trees are dose to proposed buildings, erect the fence to allow 6 to 10 feet of work space between the fence and the building D. Where there are severe space constraints due to tract size, or other special requirements 7. Where any of the above exceptions result In a fence being closer than 4 feet to a tree trunk, protect the trunk with strapped on planking to a height of 8 feet ( or limits of lower branching) in addition to the reduced fencing provided B. Trees approved for removal shall be removed in a manner which does not impact trees to be preserved 9. Any roots exposed by construction activity shall be pruned flush with the soil. Backfill root areas with good quality top soil as soon as possible. If exposed root areas are not backfilled within 2 days, cover them with organic material in a manner which reduces soil temperature and minimizes water loss due to evaporation 10. Any trenching required for the installation of landscape irrigation shall be placed as far from existing tree trunks as possible 11. No landscape topsoil dressing greater than 4 Inches shall be permitted within the dripline of trees. No soil is permitted on the mot flare of any tree 12. Pruning to provide clearance for structures, vehicular traffic, and equipment shall take place before construction begins 13. All finished pruning must be done according to recognized, approved standards of the industry (reference the National Arborist Association Pruning Standards for Shade Trees available upon request from the city arborist) 14. Deviations from the above notes may be considered ordinance violations if there is substantial non-compliance or if a tree sustains damage as a result 107 City of Fayetteville Landscape Manual It I It .. _ •••iiii iiiiil� .- . . -. ..- . . .- Fill aeration system Existing Grade Screened vent cap lain to daylight Wrapped in geotextile fabric City of Fayetteville Landscape Manual 4 00 O c0 o o° O S. e. Combination of a thick layer of wood mulch with steel plates or plywood is the most effective Temporary bridge may be constructed of steel plates or plywood Supporting timbers for driving surface may be substituted for a 6"-12" layer of wood mulch This option should be used only when traffic cannot be avoided over tree root system Post signs to direct worker's traffic over the temporary bridge [Timbers or support structure should run parallel with root system Temporary bridge 109 City of Fayetteville Landscape Manual Post Construction Preventive maintenance is far easier to do than attempting to correct the ailments of injured trees. If possible, collect the preconstruction survey about the health and existing physical conditions of the preserved trees; the preconstruction survey will help in determining the impacts of construction and what treatments should be done. If no previous analysis is available, a survey of the changed site conditions, condition of trees, and the possible long term results would be beneficial. There are a few key characteristics of trees and their surroundings that need to be taken into consideration: the tree's structural stability, health, and affected soil conditions. Typical signs of tree injury from construction • Branch dieback • Wounds from equipment • Attack from borers and other pests • Small leaves • Leaf scorch • Leaf wilt • Early fall defoliation and coloration • Heavy seeding Once the problem that is causing unwanted stress on preserved trees is identified, maintenance can be executed. Sadly there is little a homeowner, or even an arborist, can do once major damage has been inflicted. Common practices to reduce construction stress are as follows: • Irrigation • Pruning • Mulching • Fill soil removal • Pest management • Fertilization • Tree removal The most common problem in construction impact is soil compaction. This subject deserves further explanation because of the variety in methods used to reverse compaction's negative effects on trees. Soil that is compacted prevents aeration, permeability, and nutrient absorption. Several processes are highlighted in better detail in Trees and Development by Matheny and Clark. Most of the processes to help trees should be carried out by a licensed arborist, not by the contractor. See the appendix on contacts to locate a qualified person. 110 City of Fayetteville Landscape Manual Growth regulators application of chemicals (moderate results) Vertical mulching drilling 2" holes 18"-24" deep and backfilling with a porous material (moderate results) AA+� Ai,1t%F ° µ�F o R o fq/ A Y �q AF F r �O A F F F F Q Q F.��F^ Y4 O (p F O a O F AA AM Fsi F F # M F F F+T MT 0 f{�6 1F O ' O V '1 O : M' y�.F�� fry' F O 0 Radial trenching First identify location of anchor roots, trench between them and backfill (best results) 111 City of Fayetteville Landscape Manual Underground utility lines are another threat to existing trees during the various phases of construction. For trees to survive, special planning about utility line routes and placement must occur. Instead of straight paths for utility lines that devastate tree root systems, curved paths can be implemented to avoid root and utility conflicts. The example shows evidence of tree preservation in the design of the structures, but no planning was considered when routing the utility lines. When other obstacles prevent the maneuvering of utilities around trees, boring equipment can allow utility lines to pass under the critical areas of a tree's root system. A tree's ability to absorb vital nutrients and water are strictly dependant on its root system; the cutting of any major roots applies stress that can often lead to death. It is imperative that to preserve on site trees careful attention must be exercised where disturbance is going to occur. Root system is protected by boring. If trenching is unavoidable. then make cleon. smooth cuts. 0 APPENDIX E Storm Water Pollution Prevention Plan STORM WATER POLLUTION PREVENTION PLAN For CONSTRUCTION ACTIVITIES In FAYETTEVILLE, AR For A Project Called CANTERBURY ROAD WATER TANK Prepared for: City of Fayetteville 113 W. Mountain St. Fayetteville, AR, AR 72701 Prepared by: McClelland Consulting Engineering, Inc. P.O. Box 1229 1810 N. College Fayetteville, AR 72702 479-443-2377 479-443-9241 (fax) MCE Project # FY042150 December 2009 1HrFMcCLELLAND CONSULTING ENGINEERS, INC. TABLE OF CONTENTS ADEQ Standard SWPPP Template Formal SWPPP Appendix A: Vicinity Maps, Project Location and USGS QUAD, Soils Report, FIRM Panel Appendix B: Erosion Control Plan Appendix C: Notice of Intent (NOI) Appendix D: Certification Forms Appendix E: Inspection Report (Sample Form) and Spill Report Form Appendix F: Notice of Termination (NOT) Appendix G: Record of Stabilization and Construction Activity Dates Appendix H: Site Notice, Arkansas Permit ARR150000 Appendix I: Recommended Erosion Control Measures and Details I Storm Water Pollution Prevention Plan General Permit # ARR150000 Project Name and Location: Canterbury Road Water Tank, Fayetteville, AR Operator Name and Address: City of Fayetteville, 113 W. Mountain St., Fayetteville, AR, AR 72701 A. Site Description 1) Vicinity Map and Pre -construction Topographic view: See Appendix A 2) Project Description and Intended Use after NOT is filed: The project is located just inside the eastern city limits of Fayetteville, Arkansas. This project involves the construction of a 500,000 gallon elevated water storage tank and related tank site work including site grading, driveway construction, fencing, retaining wall construction, drainage structures, a valve vault and tank piping. 3) Sequence of Activities Upon implementation and installation of the following areas: parking, lay down, wheel wash, concrete washout, mason's area, etc., immediately denote them on the Site Maps and note any changes in location as they occur throughout the construction process. Install stabilized construction exit(s) and post SWPPP information at the site. Install silt fence(s) on the site. Clear only those areas necessary to install silt fence. Install and stabilize hydraulic control structures (dikes, swales, check dams, etc.). Clear only those areas necessary to install hydraulic control structures. Prepare temporary parking and storage area. Begin clearing and grubbing the site. Install silt fence for stockpiling area. Temporarily seed, throughout construction, denuded areas that will be inactive for 14 days or more. Install utilities, storm sewers and structures, curbs and gutters. Stabilize areas down stream of outlet structures as each structure is installed. Install inlet protection at all storm structures as each structure is installed. Permanently stabilize areas to be vegetated as they are brought to final grade. Prepare site for paving and pave site. Install appropriate inlet protection devices for paved areas as work progresses. Complete grading and installation of permanent stabilization over all areas. Complete an NOT inspection. Remove all temporary BMPs and stabilize any areas disturbed by the removal of BMPs. Continue inspections until NOT is submitted and permit is terminated. 4) Total Acres Available/Total Disturbed Area (acres): 0.5 / 0.3 5) Existing Site Information: a. Runoff Coefficient Based on attachment C: Before construction starts, the site has a runoff coefficient of: 79 After construction is completed, the site will have a runoff coefficient of: 79 b. Soil Information Enders-Alleghany complex covers the majority of the site area with 8 to 20 percent slopes. Other soils in the site area include Hector-Mountainburg gravelly & stony fine sandy barns. Please see appendix A for Further Information B. Responsible Parties -General Contractors, Inspectors, etc: 1. Inspector: Mr. Brian Caler, 479-443-2377 2. Contractor: , , 3. City: Lioneld Jordan, Mayor, (479)752-3281 4. Engineer: Robert White, P.E., McClelland Consulting Engineers, 479-443-2377 C. Receiving Waters: (pg 19 of Part II) 1) Location of Surface Water on Construction Site The following surface waters are located on the construction site: None 2) The following bodies of water receive runoff from the construction site: Unnamed tributary to Mud Creek to Clear Creek to the Illinois River D. TMDL and 303(d) list: (http://www.adeq.state.ar.us/water/branch_pJannjng/def11jthm) Unnamed tributary , thence to Mud Creek, thence to Clear Creek, thence to the Illinois River. Mud Creek, Clear Creek and the Illinois River are not listed on the State of Arkansas List of Impaired Water Bodies (303(d) list). i • E. Attainment of Water Quality Standards after Authorization: (pg 20 of Part II) See attached Erosion Control Plan. F. Endangered Species: Insert US Fish & Wildlife checklist. None known at this time. G. Site Map: See Appendix A for items to be included. H. Storm Water Controls 1. Initial Site Stabilization, Erosion, & Sediment Controls: (pg 21 of Part II) Silt fence and other erosion control measures will be used where indicated on the erosion control drawings. a. Initial disturbed areas: Silt fence will be installed on the site. b. Erosion and Sediment controls to retain sediment on -site: Please see the erosion control drawings c. Replacement of inadequate controls All inappropriate or faulty measures will be repaired. d. Removal of off -site accumulations: All sediment escaping the property will be removed. e. Maintenance of sediment trapsibasins @ 50% capacity: Sediment will be removed from silt fences when needed. f. Litter, construction debris and chemicals properly handled: YES NO g. Off -site storage areas: YES I NO If yes, then what controls are being used: 2. Stabilization Practices: (pg 21 of Part II) a. Description and schedule for stabilization: Silt fence and other erosion control measures will be used where indicated on the erosion control drawings. Once completed the project will be topsoiled and seeded. Erosion control blankets will be utilized in creek beds for stronger stabilization. Check dams will be used where necessary. 0 b. Are Buffer Areas required: IYESi NO If yes, are the Buffer Areas being used: YES NO If they are required but not being used, please indicate the reason: Stream realignment, box culvert installation take place within the water bodies. Otherwise, buffer areas will be observed. c. Records of Stabilization will be retained for: All records will be kept on site until such time as the NOT has been submitted, then for 5 year d. Deadlines for site stabilization: Stabilization be completed within 14 days after construction has ceased. 3. Structural Practices: (pg 22 of Part II) a. Are more than 10 acres draining to a common point: YES I NO If yes, are sediment basins included for the project: YES I NO Are the calculations and design for the basin included: YES NO Are the calculations and design for the outfall included: YES NO If a basin is required but not included/practicable, please indicate the reason: Ultimate outflow receives more than 10 acres, but there are multiple watersheds within the site that will have downstream treatment prior to the ultimate outflow. Ultimate outflow is a water body, so construction of a sediment basin would be filling and excessively disturbing a USACE water body. Please refer to the Site Maps. b. Are velocity dissipation devices provided at the discharge points from the sitel YES I NO If yes, please describe: Check dam and erosion control blankets are to be used If no, please explain why not I. Other Controls: In addition to erosion control and storm water management, our plan will include measures to properly manage solid wastes, hazardous wastes, dust generation, and all other activities that will generate wastes during the construction phase. (pg 23 of Part II) 1) Solid material control, debris and wastes Solid Waste Disposal - No solid materials, including building materials, are allowed to be discharged from the site with storm water. All solid waste, including disposable materials incidental to the major construction activities, must be collected and placed in containers. The containers will be emptied as necessary by a contract trash disposal service and hauled away from the site. Covers for the containers will be provided as necessary to meet state and local requirements. The location of solid waste receptacles shall be shown on the Site Maps. Substances that have the potential for polluting surface and/or groundwater must be controlled by whatever means necessary in order to ensure that they do not discharge from the site. As an example, special care must be exercised during equipment fueling and servicing operations. If a spill occurs, it must be contained and disposed so that it will not flow from the site or enter groundwater, even if this requires removal, treatment, and disposal of soil. In this regard, potentially polluting substances should be handled in a manner consistent with the impact they represent. 2) Offsite vehicle tracking: Locations where vehicles enter and exit the site must be inspected for evidence of off -site sediment tracking. A stabilized construction exit shall be constructed where vehicles enter and exit. Exits shall be maintained or supplemented with additional rock as necessary to prevent the release of sediment from vehicles leaving the site. Any sediment deposited on the roadway shall be swept as necessary throughout the day or at the end of every day and disposed of in an appropriate manner. Sediment shall NOT be washed into storm sewer systems. hi addition to the stone at the construction exit, it may be necessary to install devices such as pipes (cattle guard) to increase the vibration and jarring. It may also be necessary to install a wheel wash system. If this is done, a sediment trap control must be installed to treat the wash water before it discharges from the site. Only wash vehicles in the area where wash water will drain to the sediment trap. Do not allow wash water to enter roadside ditches. 3) Temporary sanitary facilities: Sanitary Facilities - All personnel involved with construction activities must comply with state and local sanitary or septic system regulations. Temporary sanitary facilities will be provided at the site throughout the construction phase. They must be utilized by all construction personnel and will be serviced by a commercial operator. The location of sanitary facilities shall be shown on the Site Maps. 4) Concrete waste area: Concrete Waste from Concrete Ready -Mix Trucks — Discharge of excess or waste concrete and/or wash water from concrete trucks will be allowed on the construction site, but only in specifically designated diked areas that have been prepared to prevent contact between the concrete and/or wash water and storm water that will be discharged from the site. Alternatively, waste concrete can be placed into forms to make riprap or other useful concrete products. The cured residue from the concrete washout diked areas shall be disposed in accordance with applicable state and federal regulations. Thejobsite superintendent is responsible for assuring that these procedures are followed. The location of concrete washout areas shall be shown on the Site Maps. 5) Fuel storage, hazardous materials and truck washing areas: Fuel Tanks — Temporary on -site fuel tanks for construction vehicles shall meet all state and federal regulations. Tanks shall have approved spill containment with the capacity required by the applicable regulations. The tank shall be in sound condition free of rust or other damage which might compromise containment. Fuel storage areas will meet all EPA, OSHA, and other regulatory requirements for signage, fire extinguisher, etc. Hoses, valves, fittings, caps, filler nozzles, and associated hardware shall be maintained in proper working condition at all times. The location of fuel tanks shall be shown on the Site Maps. A Spill Prevention, Control and Countermeasure (SPCC) Plan must be developed if above- ground oil storage capacity at the construction site exceeds 1,320 gallons. Containers with a storage capacity of 55 gallons or less are not included when calculating site storage capacity. The General Contractor shall work with the Civil Engineering Consultant to develop and implement a SPCC Plan in accordance with the Oil Pollution Prevention regulation at Title 40 of the Code of Federal Regulations, Part 112, (40 CFR 112). J. Non -storm Water Discharges: (pg 10 of Part I) List of Anticipated Allowable Non -Storm Water Discharges: Non -Storm Water Discharges - Non -storm water components of site discharge must be clean water. Water used for construction which discharges from the site must originate from a public water supply or private well approved by the State Health Department. Water used for construction that does not originate from an approved public supply must not discharge from the site. It can be retained in ponds until it infiltrates and evaporates. Other non -storm water discharges would include ground water. Only uncontaminated ground water can be discharged from the site. When non -storm water is discharged from the site, it must be done in a manner such that it does not cause erosion of the soil during discharge. All points of discharge of non -storm water from the site must be marked on the K. Post -Construction Storm Water Management: (pg 24 of Part II) Long -Tenn Pollutant Controls - Storm water pollutant control measures installed during construction, which will also provide benefits after construction, include rip -rap outfall structures, sod lined ditches and pond banks, pavement, grass coverage and landscaping. Those sediment barriers that do not interfere with normal operations and appear to provide long-term benefits can be left in place after construction is completed. L. State or Local Plans: (pg 24 of Part II) The municipality in which the construction activity occurs will be contacted to determine if there are erosion control and/or storm water runoff requirements in the city code, city ordinances or city permits. All applicable requirements will be met. Documentation of compliance will be attached to this SWPPP. See Appendix K, for any applicable local codes. M. Inspections: (pg 24 of Part 1I) Inspections will be conducted by a qualified inspector at one of the following frequencies: Every 7 days or X Every 14 Days and within 24 hours after a''/1 inch or greater rainfall event. A report of the inspection will summarize the scope of the inspection, the name of the inspector, the date of inspection and any damages observed and repairs made to any control measure. Completed inspection forms will be kept with the SWPPP. The following are the minimum inspection, maintenance and reporting practices that will be used to maintain erosion and sediment controls at our construction site: 1. Inspection form (Attachment B) 2. All controls will be inspected to ensure that they meet the manufacture's specifications. 3. Sediment basins, silt fences and sediment traps will be cleaned out when they reach 50% of the original capacity. 4. All site entrances and exits will be checked to ensure no off -site tracking. 5. All inspection reports will be maintained for a minimum of 3 years after permit termination. 6. In addition to inspection, records will be kept of the following: a. Dates when major grading activities occur b. Dates when construction activities cease in an area, temporarily or permanently. c. Dates when an area is stabilized, temporarily or permanently. N. Maintenance: All erosion and sediment control measure will be maintained in good working order. If a repair is necessary, it will be initiated within three (3) business days of discovery.(pg 25 of Part II) Contractors: (pg 25 of Part I1) All contractors should be identified in the plan. Contractor Printed Name: Not yet selected. Contractor Signature: Contractor Contact Number: Inspectors: (pg 25 of Part II) Site inspectors should be identified in the plan. Inspector Printed Name: Mr. Brian Caler Inspector Signature: Inspector Contact Number: 479-443-2377 Plan Certification: (pg 26 of Part II) I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations." Printed Name: Printed Title: Lioneld Jordan Signature: Date: I I. EXECUTIVE SUMMARY The Storm Water Pollution Prevention Plan (SWPPP) includes, but is not limited to, Specification Section 02370 (which includes this SWPPP) and appendices, the Erosion and Sedimentation Control Plan included in the Construction Drawings, General Permit, all records of inspections and activities which are created during the course of the project, and other documents as may be included by reference to this SWPPP. Changes, modifications, revisions, additions or deletions shall become part of this SWPPP as they occur. Note: The Permittee must certify this SWPPP in the format included in Appendix D. All signed certifications must be kept with the SWPPP documents and be available for inspection. The Operator, General Contractor and all subcontractors involved with a construction activity that disturbs site soil or who implement a pollutant control measure identified in the Storm Water Pollution Prevention Plan must comply with the following requirements of the National Pollutant Discharge Elimination Systems (NPDES) General Permit ("General Permit") and any local governing agency having jurisdiction concerning erosion and sedimentation control: A. General Permit Information 1) The Owner of a large construction site (disturbance of 5 or more acres) must submit the following items for coverage under the General Permit: a) Signed and complete Notice of Intent (NOI). The NOI is located in Appendix C. b) A Storm Water Pollution Prevention Plan (SWPPP). The SWPPP includes the Erosion and Sediment Control Site Maps, the related detail sheets, and this specification. c) An initial permit fee of $200.00. Subsequent annual fees of $200.00 will be billed by the Arkansas Department of Environmental Quality to the Owner. Unless notified by a representative of ADEQ, the permittee is authorized to discharge storm water from the construction site in accordance with the General Permit two weeks after the date the NOI package is postmarked. A copy of the General Permit is located in Appendix H. Submit items listed above to: Arkansas Department of Environmental Quality NPDES Branch, Water Division P.O. Box 8913 Little Rock AR 72219 501-682-0620 2) The City of Fayetteville is listed as and will remain the "owner/ operator" for purposes of the NOI. The General Contractor and all subcontractors are required to sign the certification forms in Appendix. Those forms must be kept on site with the SWPPP. B. Public Posting A description of the project, and the General Contractor's local contact name and number (site Storm Water Coordinator) must be posted in a prominent place for public viewing at the construction has been completed C. Retention of Records A complete copy of the SWPPP, including copies of all inspection reports, plan revisions, etc., must be retained at the project site at all times during working hours and kept in the permanent project records for at least five years following completion of the project. D. Contractor/ Sub -Contractor List The Operator must provide names and addresses of all general contractors and subcontractors working on this project who will be involved with the major construction activities that disturb site soil ("Sub -Contractor List"). That information must be kept with this SWPPP. (Section 9 of the General Contractor's SWPPP. See "Jobsite Storm Water Document Guideline".) E. Contractor/ Sub -Contractor Certification Forms The General Contractor and all subcontractors involved with the major construction activities that disturb site soil must sign a copy of the appropriate certification statement included in Appendix D. That information must be kept with this SWPPP. (Section 10 of the General Contractor's SWPPP. See "Jobsite Storm Water Document Guideline".) F. Inspections Regular inspections must be made to determine effectiveness of the SWPPP. A sample of the required form is included in Appendix E. The Storm Water Pollution Prevention Plan including the best management practices implemented on the jobsite shall be modified as needed to prevent pollutants from discharging from the site. The inspector must be a person familiar with the site, the nature of the major construction activities, and qualified to evaluate both overall system performance and individual component performance. Inspectors qualifications must be entered on the Inspection Report form. The inspector must either be someone empowered to implement modifications to this SWPPP and the pollutant control devices, if needed, in order to increase effectiveness to an acceptable level, or someone with the authority to cause such things to happen. Additionally, the inspector shall be properly authorized in accordance with the applicable General Permit to conduct and certify site storm water inspections. G. SWPPP Updates and Amendments This SWPPP must be updated each time there are significant modifications to the pollutant prevention system or a change of contractors working on the project who disturbs site soil. This SWPPP must be amended as necessary during the course of construction in order to keep it current with the pollutant control measures utilized on the site. Amending the SWPPP does not mean it has to be reprinted. It is acceptable to add addenda, sketches, new sections, and/ or revise drawings. The Site Map showing the locations of all storm water controls must be posted on the site and updated to reflect the progress of construction and changes to the SWPPP. Any control measure that has a hydrologic design component must be updated or amended by the Civil Engineering Consultant. Substitution of sediment control BMP's beyond those specified in the SWPPP is considered a hydrologic design H. Discharge of Petroleum Products of Hazardous Substances Discharge of petroleum products or other hazardous substances into storm water or the storm water (storm sewer) system is subject to reporting and clean up requirements. See Section V.B.8 of this SWPPP for state and local information on reporting spills. Refer to the General Permit for additional information. A Copy of the General Permit is included as Appendix H. I. Notice of Termination Once the site reaches final stabilization, all permanent erosion and sedimentation controls installed and all temporary erosion and sedimentation controls removed the General Contractor and Operator must complete a final site inspection. Upon approval by Operator, the Operator and General Contractor, as applicable, must complete a Notice of Termination (NOT) for record purposes. A blank form is included as Appendix F. General Contractors Responsibility This SWPPP intends to control water -borne and liquid pollutant discharges by some combination of interception, sedimentation, filtration, and containment. The General Contractor and subcontractors implementing this SWPPP must remain alert to the need to periodically refine and update the SWPPP in order to accomplish the intended goals. The Operator is ultimately responsible for all site conditions and permit compliance. K. Log of Construction Activities A record of the dates when major grading activities occur, when construction activities temporarily or permanently cease on a portion of the site, and when stabilization measures are initiated or completed must be maintained until the NOT is filed. A log for keeping such records is included as Appendix G. Controls must be in place down slope of site disturbing activities prior to the commencement of construction and noted on the Site Map and Record of Stabilization and Construction Activity Dates. II. INTRODUCTION This SWPPP has been prepared for major activities associated with construction of: Canterbury Road Water Tank - Fayetteville, AR This SWPPP, including the applicable General Permit, includes the elements necessary to comply with the national General Permit for construction activities administered by the U.S. Environmental Protection Agency (EPA) under the National Pollutant Discharge Elimination System (NPDES) program and all local governing agency requirements. This SWPPP must be implemented at the start of construction. Construction phase pollutant sources anticipated at the site are disturbed (bare) soil, vehicle fuels and lubricants, coatings and chemicals associated with site or building construction and pavement installation, construction -generated litter and debris, and building materials. Without adequate control there is the potential for each type of pollutant to be transported by storm water. This project involves the construction of a 500,000 gallon elevated water storage tank and related tank site work including site grading, driveway construction, fencing, retaining wall construction, drainage structures, a valve vault and tank piping. The project is located just inside the eastern city limits of Fayetteville, Arkansas. This project involves the construction of a 500,000 gallon elevated water storage tank and related tank site work including site grading, driveway construction, fencing, retaining wall construction, drainage structures, a valve vault and tank ninine. A major goal of pollution prevention efforts during project construction is to control soil and pollutants that originate on the site and prevent them from flowing to surface waters. The purpose of this SWPPP is to provide guidelines for achieving that goal. A successful pollution prevention program also relies upon careful inspection and adjustments during the construction process in order to enhance its effectiveness. A. Scope This SWPPP must be implemented before construction begins on the site. It primarily addresses the impact of storm rainfall and runoff on areas of the ground surface disturbed during the construction process. In addition, there are recommendations for controlling other sources of pollution that could accompany the major construction activities. This SWPPP will terminate when disturbed areas are stabilized, permanent erosion and sedimentation controls installed, temporary erosion and sedimentation controls removed, construction activities covered herein have ceased, and a completed Notice of Termination (NOT). Forms which are necessary for implementing the SWPPP are included herein. The national General Permit for Storm Water Discharges Associated with Construction Activities prohibits most non-stonn water discharges during the construction phase. Allowable non -storm water discharges that could occur during construction on this project, which would therefore be covered by the General Permit in Section B.10.A, include: 1. Discharges from fire fighting activities; 2. Fire hydrant flushing, so long as super -chlorinated water is neutralized; Water used to wash vehicles (where detergents are not used) or control dust; 4. Potable water sources including uncontaminated water line flushing; 5. Routine external building wash down which does not use detergents or chemicals; 6. Runoff from pavement wash down where spills or leaks of toxic or hazardous materials have not occurred (unless all spilled material has been removed) and where detergents or other chemicals have not been used; Uncontaminated air conditioning or compressor condensate; Uncontaminated springs and groundwater; 9. Foundation or footing drains where flows are not contaminated with process materials such as solvents; 10. Uncontaminated excavation dewatering; and 11. Landscape irrigation. Best Management Practices must be implemented for the above allowable foreseeable discharges for the duration of the permit. Each non -storm water discharge should be noted in the SWPPP and have proper erosion and sedimentation controls in place, including weekly inspection, with the exception of discharges from fire fighting activities. The techniques described in this SWPPP focus on providing control of pollutant discharges with practical approaches that utilize readily available expertise, materials, and equipment. The Operator/Owner referred to in this SWPPP is City of Fayetteville. The General Contractor shall construct the site development improvements while working under contract with the Operator/Owner. III. PROJECT DESCRIPTION Described below are the major construction activities that are the subject of this SWPPP. Also included in the sequence are BMP installation activities that must take place prior to construction activities. NOTE: Down slope protective measures must always be in place before soil is disturbed. They are presented in the order (or sequence) they are expected to begin, but each activity will not necessarily be completed before the next begins. Also, these activities could occur in a different order if necessary to maintain adequate erosion and sedimentation control. All activities and the timeframe (beginning and ending dates) shall be noted on the Site Map and Upon implementation and installation of the following areas: parking, lay down, wheel wash, concrete washout, mason's area, etc., immediately denote them on the Site Maps and note any changes in location as they occur throughout the construction process. A. Install stabilized construction exit(s) and post SWPPP information at the site. B. Install silt fence(s) on the site. Clear only those areas necessary to install silt fence. C. Install and stabilize hydraulic control structures (dikes, swales, check dams, etc.). Clear only those areas necessary to install hydraulic control structures. D. Prepare temporary parking and storage area. E. Begin clearing and grubbing the site. F. Install silt fence for stockpiling area. G. Temporarily seed, throughout construction, denuded areas that will be inactive for 14 days or more. H. Install utilities, storm sewers and structures, curbs and gutters. Stabilize areas down stream of outlet structures as each structure is installed. Install inlet protection at all storm structures as each structure is installed. K. Permanently stabilize areas to be vegetated as they are brought to final grade. L. Prepare site for paving and pave site. M. Install appropriate inlet protection devices for paved areas as work progresses. N. Complete grading and installation of permanent stabilization over all areas. O. Complete an NOT inspection. P. Remove all temporary BMPs and stabilize any areas disturbed by the removal of BMPs. Q. Continue inspections until NOT is submitted and permit is terminated. The actual schedule for implementing pollutant control measures will be determined by project construction progress and recorded by the General Contractor on the Time Schedule on the Site Maps. Down slope protective measures must always be in place before soil is disturbed. IV. SITE DESCRIPTION Included as part of this SWPPP is the complete set of project Construction Drawings. Please refer to the Construction Drawings for detailed site information. A. Site Location — The project is located in the city limits of Fayetteville, Arkansas. The disturbed area will be approximately 0.3 acres in size. The construction site is Located East of Hwy 265 in Fayetteville, approximately at latitude 36°04'34" North and longitude 94°7'7" West. A Vicinty Map is Included in Appendix A. 0 • B. Site Topography— The site is largely covered by mowed field grasses and trees. The site drains to theMud Creek at slopes ranging from approximately 3% to 20%. The highest point on the site is at elevation 1680 ft at the east end of the project and the lowest point on the site is at elevation 1659 ft at the north end of the project. The drainage characteristics of the site will be the same after completion of the project as they are currently. A slight increase in impervious area is anticipated. C. Rainfall Information — The average rainfall for this area is 3.68 inches per month. The lowest rainfall month is January at approximately 1.8 inches and the highest month is May/ June at approximately 5 inches. The total annual average rainfall is 44.16 inches. D. Site Soils — According the USDA soil survey for the site, the following soils may be expected: Enders-Alleghany complex covers the majority of the site area with 8 to 20 percent slopes. Other soils in the site area include Hector-Mountainburg gravelly & stony fine sandy loams.This information is an estimate and shall not be used for construction costs or estimating. E. Total Disturbed Area — The entire site contains 0.5 acres and the area to be disturbed by grading is anticipated to be approximately 0.3 acres. Pre -Construction SCS TR-55 Curve Number: CN = 79 Post -Construction SCS TR-55 Curve Number: CN = 79 F. Receiving Surface Waters and Wetlands — A USGS Quadrangle Map has been included to show the location of the receiving waters. Runoff from this site discharges to Unnamed tributary to Mud Creek to Clear Creek to the Illinois River. Unnamed tributary, thence to Mud Creek, thence to Clear Creek, thence to the Illinois River. Mud Creek, Clear Creek and the Illinois River are not listed on the State of Arkansas List of Impaired Water Bodies (303(d) list). None are expected to be encountered. No portions of the site are within the 100 -year floodplain per FEMA Flood Insurance Rate Map for Washington County, Arkansas. Map # 05143C0230F 5/16/2008. G. Erosion and Sedimentation Control Plan — Please refer to the grading and erosion control plans in Appendix B. The details are on the detail sheets. H. Threatened and Endangered Species — None known at this time. I. Historic Properties — None known at this time. The BMPs utilized in the site development plans are considered sufficient in order to meet applicable Water Quality Standards. They were chosen and installed at various locations in order to ensure that the discharges during construction will not cause or contribute to an excursion above any applicable Water Quality Standards. V. STORM WATER POLLUTION PREVENTION MEASURES AND CONTROLS A variety of storm water pollutant controls are recommended for this project. Some controls are intended to function temporarily and will be used as needed for pollutant control during the construction period. These include temporary sediment barriers and permanent storm retention ponds (which can also function as temporary sediment basins). For most disturbed areas, permanent stabilization will be accomplished by covering the soil with pavement, building, or vegetation. A. Erosion and Sediment Controls Soil Stabilization - The purpose of soil stabilization is to prevent soil from leaving the site. In the natural condition, soil is stabilized by native vegetation. The primary technique to be used at this project for stabilizing site soil will be to provide a protective cover of turf grass, pavement, or building. a) Temporary Seeding - All denuded areas that will be inactive for 14 days or more must be stabilized temporarily with the use of fast -germinating annual grass/ grain varieties, straw/ hay mulch, wood cellulose fibers, tackifiers, netting or blankets. b) Permanent Seeding - All areas at final grade must be seeded or sodded as soon as practicable, but in no case more than 14 days after completion of work in any area. The entire site must have permanent vegetative cover established in all areas not covered by hardscape at the completion of all soil disturbing activities on the site. Except for small level spots, seeded areas should generally be protected with mulch or a rolled erosion control product. All areas to be seeded will have topsoil and other soil amendments as indicated in the Specifications. 2. Structural Controls — During the construction, additional structural controls will be implemented such as silt fence, rock check dams, inlet protection, outlet protection and rock construction exits. See Grading Plans and the detail sheets for the Erosion Control Details. a) Silt Fence — Silt fence is a synthetic permeable mesh fabric typically incorporating metal or wooden support stakes at intervals sufficient to support the fence, water and sediment retained by the fence. Silt fence is also available with a wire mesh backing. The fence is designed to retain sediment -laden water to allow settlement of suspended soils before flowing through the mesh fabric for discharge downstream. Silt fence shall be located parallel to contours, 8 ft from the toe of fill slopes, to capture overland, low -velocity sheet flows. In accordance with EPA guidelines, for slopes between 50:1 and 5:1, the maximum allowable upstream flow path length to the fence is 100ft. For slopes of 2:1 or steeper, the maximum allowable upstream flow path length to the fence is 20ft. Install silt fence at a fairly level grade along the contour with an 8ft section installed uphill, at a 45 degree ingle to the fence, installed at each end of the fence to provide sufficient upstream storage volume for the anticipated runoff. Drainage areas shall not exceed 1/2 acre per 100 feet of wire -reinforced silt fence for slopes less than 2 percent. Silt fence shall be installed at the base of all soil stockpile areas. The silt fence must be installed 8 feet from the toe of the stockpile. The maximum allowable height of the stockpile is I0ft. b) Construction Exit — All access points from the public street into the construction site shall include a construction exit composed of course stone to the dimensions shown on the Construction Drawings. The rough texture of the stone helps to remove clumps of soil adhering to construction vehicle tires through the action of vibration and jarring over the rough surface and the friction of the stone matrix against soils attached to vehicle tires. In addition to the stone at the construction exit, it may be necessary to install devices such as pipes (cattle guard) to increase the vibration and jarring. It may also be necessary to install a wheel wash system. If this is done, a sediment trap control must be installed to treat the wash water before it discharges from the site. Only wash vehicles in the area where wash water will drain to the sediment trap. Do not allow wash water to enter roadside ditches. All site access must be confined to the Construction Exit(s). Barricade, sufficient to prevent use, any locations other than the Construction Exit(s) where vehicles or equipment may access the site. c) Storm Sewer Inlet Protection — Culvert headwalls, curb and grated inlets are protected from the intrusion of silt and sediment through a variety of measures as shown on the Construction Drawings. The primary mechanism is to place controls in the path of flow sufficient to slow sediment -laden water to allow settlement of suspended soils before discharging into the stone sewer. Controls typically provide a secondary benefit by means of filtration. Grated inlets typically include a sturdy frame wrapped in silt fence or crushed stone -lined perimeter to slow the flow of water. Curb inlets typically include crushed stone barriers held in place with silt fence material or geotextile fabric. It is possible that as construction progresses from stone sewer installation to paving that the inlet protection devices should change. All inlet protection devices create ponding of storm water. This should be taken into consideration when deciding on which d) Check Dams- Defined channels subject to concentrated flows in larger quantities and higher velocities may be protected with rock or other manufactured devices that can be used as a check dam. The dams impound sediment -laden water and allow for settlement of suspended soil before the storm water flows over and through the device. Dams shall be placed along the water course at linear intervals in which the elevation of the bottom of the upper most check dam is at the same elevation as the top of the check dam immediately below it. This will allow the most ponding capacity and will not increase the velocity of the water flowing along the channel. Check dams shall be 18 inches tall, spaced at 18 inch changes in grade. Locations and spacing of the check dams is shown on the Site Maps. e) Diversion Ditch/ Berm- Diversion ditches (swales) and berms (dikes) are constructed as shown on the Site Maps at locations within the construction site to intercept overland flow and direct or divert flow to a sediment basin or other point where discharge can be controlled. Ditches are excavated in the surface soils with the spoils from the excavation typically placed along the downstream edge of the ditch to provide additional capacity. Berms are built up on the surface soils and compacted to create a stable diversion. Silt dikes may be used to prevent sediment from flowing away from the construction area. Silt dikes are to contain a triangular piece of elastic foam that will retain its shape after being crossed by vehicles. The foam core is wrapped with geotextile fabric. Silt dikes are a manufactured product. In areas where silt dikes are used across and alongside utility installations, remove the silt dikes that cross an area to be trenched only when working in that area. After the trench has been backfilled, replace the silt dike. Due to the high susceptibility of erosion of site soils, the diversions are to be stabilized with seeding immediately upon completion of their construction. The berms must be inspected frequently to ensure there is not excessive sediment being stored or erosion of the ditch occurring. Final site stabilization is achieved when turf grass cover provides permanent stabilization for at least 80 percent of the disturbed soil surface, exclusive of areas that have been paved. B. Other Pollutant Controls Control of sediments has been described previously. Other aspects of this SWPPP are listed below: Dust Control - Construction traffic must enter and exit the site at the stabilized construction entrance. The purpose is to trap dust and mud that would otherwise be carried off -site by construction traffic. Large areas of soil that are denuded of vegetation and have no protection from particles being picked up and carried by wind should be protected with a temporary cover or kept under control with water or other soil adhering products to limit wind transported particles exiting the site perimeter. Water trucks or other dust control agents will be used as needed during construction to reduce dust generated on the site. Dust control must be provided by the General Contractor to a degree that is in compliance with applicable local and state dust control regulations. After construction, the site will be stabilized (as described elsewhere), which will reduce the potential for dust generation. The use of oils or other petroleum based or toxic liquids for dust suppression is strictly prohibited. 2. Dewatering- Verify discharges from dewatering activities are allowed non -storm water discharges under the General Permit. Discharges from dewatering operations must be directed through an appropriate pollution prevention/ treatment measure, such as a pump discharge filter bag, sediment trap or sediment basin prior to being discharged from the site. Under no circumstances are discharges from dewatering operations to be discharged directly into streams, rivers, lakes, or other areas off -site. Likewise, discharges into storm sewer systems that do not drain to a suitable on -site treatment facility, such as a basin, are also prohibited. Discharges from dewatering operations must also be conducted in a manner sufficient to prevent erosion from the discharge Solid Waste Disposal - No solid materials, including building materials, are allowed to be discharged from the site with storm water. All solid waste, including disposable materials incidental to the major construction activities, must be collected and placed in containers. The containers will be emptied as necessary by a contract trash disposal service and hauled away from the site. Covers for the containers will be provided as necessary to meet state and local requirements. The location of solid waste receptacles shall be shown on the Site Maps. Substances that have the potential for polluting surface and/or groundwater must be controlled by whatever means necessary in order to ensure that they do not discharge from the site. As an example, special care must be exercised during equipment fueling and servicing operations. If a spill occurs, it must be contained and disposed so that it will not flow from the site or enter groundwater, even if this requires removal, treatment, and disposal of soil. In this regard, potentially polluting substances should be handled in a manner consistent with the impact they represent. 4. Sanitary Facilities - All personnel involved with construction activities must comply with state and local sanitary or septic system regulations. Temporary sanitary facilities will be provided at the site throughout the construction phase. They must be utilized by all construction personnel and will be serviced by a commercial operator. The location of sanitary facilities shall be shown on the Site Maps. 5. Non -Storm Water Discharges - Non -storm water components of site discharge must be clean water. Water used for construction which discharges from the site must originate from a public water supply or private well approved by the State Health Department. Water used for construction that does not originate from an approved public supply must not discharge from the site. It can be retained in ponds until it infiltrates and evaporates. Other non -storm water discharges would include ground water. Only uncontaminated ground water can be discharged from the site. When non -storm water is discharged from the site, it must be done in a manner such that it does not cause erosion of the soil during discharge. All points of discharge of non -stone water from the site must be marked on the Site Maps. 6. Concrete Waste from Concrete Ready -Mix Trucks — Discharge of excess or waste concrete and/or wash water from concrete trucks will be allowed on the construction site, but only in specifically designated diked areas that have been prepared to prevent contact between the concrete and/or wash water and storm water that will be discharged from the site. Alternatively, waste concrete can be placed into forms to make riprap or other useful concrete products. The cured residue from the concrete washout diked areas shall be disposed in accordance with applicable state and federal regulations. The jobsite superintendent is responsible for assuring that these procedures are followed. The location of concrete washout'areas shall be shown on the Site Maps. Fuel Tanks — Temporary on -site fuel tanks for construction vehicles shall meet all state and federal regulations. Tanks shall have approved spill containment with the capacity required by the applicable regulations. The tank shall be in sound condition free of rust or other damage which might compromise containment. Fuel storage areas will meet all EPA, OSHA, and other regulatory requirements for signage, fire extinguisher, etc. Hoses, valves, fittings, caps, filler nozzles, and associated hardware shall be maintained in proper working condition at all times. The location of fuel tanks shall be shown on the Site Maps. A Spill Prevention, Control and Countermeasure (SPCC) Plan must be developed if above -ground oil storage capacity at the construction site exceeds 1,320 gallons. Containers with a storage capacity of 55 gallons or less are not included when calculating site storage capacity. The General Contractor shall work with the Civil Engineering Consultant to develop and implement a SPCC Plan in accordance with the Oil Pollution Prevention regulation at Title 40 of the Code of Federal Regulations, Part 112, (40 CFR 112). 8. Hazardous Material Management and Spill Reporting Plan- Any hazardous or potentially hazardous material that is brought onto the construction site will be handled properly in order to reduce the potential for storm water pollution. All materials used on this construction site will be properly stored, handled, dispensed and disposed of following all applicable label directions. Material Safety Data Sheets (MSDS) information will be kept on site for any and all applicable materials. In the event of an accidental spill, immediate action will be undertaken by the General Contractor to contain and remove the spilled material. All hazardous materials will be disposed of by the Contractor in the manner specified by federal, state, and local regulations and by the manufacturer of such products. As soon as possible, the spill will be reported to the appropriate agencies. As required under the provisions of the Clean Water Act, any spill or discharge entering waters of the United States will be properly reported. The General Contractor will prepare a written record of any spill of petroleum products or hazardous materials in excess of reportable quantities and will provide notice to the Owner within 24 hours of the occurrence of the spill. The General Contractor shall submit a copy of the spill report form to ADEQ within 5 days of the occurrence of the spill. A spill report form is located in Appendix E. In accordance with the General Permit, the SWPPP must be modified within 14 calendar days of knowledge of the release to provide a description of the release, the circumstances leading to the release, and the date of the release. The SWPPP must be reviewed by the General Contractor to identify measures to prevent the reoccurrence of such release and to respond to such releases, and the plan must be modified where appropriate. The modified plan must be sent to ADEQ for review. Any spills of petroleum products or hazardous materials in excess of Reportable Quantities as defined by the EPA or the state or local agency regulations, shall be immediately reported to the EPA National Response Center (1-800-424-8802) and the Arkansas Department of Environmental Quality (1-800-327-8411). The reportable quantity for petroleum products is 50 gallons or more to soil or any amount that could reach a waterway. The reportable quantity for hazardous materials can be found in 40 CFR 110, 40 CFR 117, and 40 CFR 302. Also, see www.epa.gov/oilspill/lawsregs.htm for EPA laws and regulations. In order to minimize the potential for a spill of petroleum product or hazardous materials to come in contact with storm water, the following steps will be implemented: a) All materials with hazardous properties (such as pesticides, petroleum products, fertilizers, detergents, construction chemicals, acids, paints, paint solvents, additives for soil stabilization, concrete, curing compounds, etc.) will be stored in a secure location, under cover, when not in use. b) The minimum practical quantity of all such materials will be kept on the job site and scheduled for delivery as close to time of use as practical. c) A spill control and containment kit (containing, for example, absorbent material such as kitty litter or saw dust, acid neutralizing agent, brooms, dust pans, mops, rags, gloves, goggles, plastic and metal trash containers, etc.) will be provided at the storage site. d) All of the product in a container will be used before the container is disposed of. Containers will be disposed of in accordance with state and federal requirements. Rinsing of containers on -site shall be avoided if possible. Any rinse water used in these containers will be disposed of in a manner in compliance with state and federal regulations and will not be allowed to mix with storm water discharges. e) All products will be stored in and used from the original container with the original product label. f) All products will be used in strict compliance with instructions on the product g) The disposal of excess or used products will be in strict compliance with instructions on the product's label. 9. Long -Term Pollutant Controls - Storm water pollutant control measures installed during construction, which will also provide benefits after construction, include rip -rap outfall structures, sod lined ditches and pond banks, pavement, grass coverage and landscaping. Those sediment barriers that do not interfere with normal operations and appear to provide long-term benefits can be left in place after construction is C. Construction Phase "Best Management Practices" (BMPs) During the construction phase, the General Contractor shall implement the following Materials resulting from the clearing and grubbing or excavation operations shall be stockpiled up slope from adequate sedimentation controls. Materials removed to an off - site location shall be protected with appropriate controls and properly permitted. The General Contractor shall designate areas on the Site Map for equipment cleaning, maintenance, and repair. The General Contractor and subcontractors shall utilize such designated areas. Cleaning, maintenance, and repair areas shall be protected by a temporary perimeter berm, shall not occur within 150 feet of any waterway, water body or wetland, and in areas located as far as practical from storm sewer inlets. 3. Use of detergents for large scale washing is prohibited (i.e., vehicles, buildings, pavement surfaces, etc.) 4. Chemicals, paints, solvents, fertilizers, and other toxic materials must be stored in weatherproof containers. Except during application, the contents must be kept in trucks or within storage facilities. Runoff containing such material must be collected, removed from the site, treated, and disposed of at an approved solid waste or chemical disposal facility. D. Off -Site Facilities in the Operational Control of the General Contractor- Whenever dirt, rock, or other materials are imported to the construction site or exported for placement in areas off of the primary construction site, the General Contractor is responsible for determining that all storm water permitting and pollution control requirements are met for each site which receives such materials or from which site materials are taken. Prior to the disturbance of any such site, General Contractor will confirm that the operators of the site they are importing from or exporting to have properly obtained all required permits, and will comply with all laws, regulations, and permit conditions applicable to such sites. At a minimum, each off -site area that provides or receives material or is disturbed by project activities must implement erosion and sediment control measures consisting of perimeter controls on all down slope and side slope boundaries and must also provide for both temporary stabilization and for permanent vegetation after all disturbance has ended. VI. LOCAL PLANS In addition to this SWPPP, construction activities associated with this project must comply with any guidelines set forth by local regulatory agencies. The General Contractor shall maintain documents evidencing such compliance this SWPPP. 0 VII. INSPECTIONS AND SYSTEM MAINTENANCE Between the time this SWPPP is implemented and final Notice of Termination has been submitted, all disturbed areas of the construction site, areas used for storage of materials that are exposed to precipitation that have not been finally stabilized and structural control measures and locations where vehicles enter or exit the site must be inspected at least once every seven calendar days and within 24 hours of the end of a storm that is 0.5 inches or greater. The purpose of site inspections is to assess performance of pollutant controls. The inspections will be conducted by qualified personnel provided by the Operator. Based on these inspections, the General Contractor will decide whether it is necessary to modify this SWPPP, add or relocate controls, or revise or implement additional Best Management Practices in order to prevent pollutants from leaving the site via storm water runoff. The General Contractor has the duty to cause pollutant control measures to be repaired, modified, maintained, supplemented, or take additional steps as necessary in order to achieve effective pollutant control. Examples of specific items to evaluate during site inspections are listed below. This list is not intended to be comprehensive. During each inspection, the inspector must evaluate overall pollutant control system performance as well as particular details of individual system components. Additional factors should be considered as appropriate to the circumstances. A. Locations where vehicles enter and exit the site must be inspected for evidence of off -site sediment tracking. A stabilized construction exit shall be constructed where vehicles enter and exit. Exits shall be maintained or supplemented with additional rock as necessary to prevent the release of sediment from vehicles leaving the site. Any sediment deposited on the roadway shall be swept as necessary throughout the day or at the end of every day and disposed of in an appropriate manner. Sediment shall NOT be washed into storm sewer B. Sediment barriers must be inspected and they must be cleaned out at such time as their original capacity has been reduced by 50 percent or as otherwise specified. All material excavated from behind sediment barriers shall be incorporated into on -site soils or spread out on an upland portion of the site and stabilized. Additional sediment barriers must be constructed as needed. C. Inspections shall evaluate disturbed areas and areas used for storing materials that are exposed to rainfall for evidence of, or the potential for, pollutants entering the drainage system or discharging from the site. If necessary, the materials must be covered or original covers must be repaired or supplemented. Also, protective berms must be constructed, if needed, in order to contain runoff from material storage areas. All state and local regulations pertaining to material storage areas will be adhered to. D. Grassed areas shall be inspected to confirm that a healthy stand of grass is maintained. The site has achieved final stabilization once all areas are covered with building foundation or pavement, or have a stand of grass with at least 80 percent density. The density of 80 percent or greater must be maintained to be considered as stabilized. Areas must be watered, fertilized, and reseeded as needed to achieve this requirement. E. All discharge points must be inspected to determine whether erosion control measures are effective in preventing discharge of sediment from the site or impacts to receiving waters. The Inspection Report Form (Appendix E) must identify all deficiencies, any corrections, whether they are identified during the current inspection or have occurred since the previous inspection, and any additional comments. For inspections following a 0.5" or higher rain event, report shall clearly note the rainfall total as measured in the on -site rain gauge. Based on inspection results, any modification necessary to increase effectiveness of this SWPPP to an acceptable level must be made within seven calendar days of the inspection. The inspection reports must be complete and additional remarks should be included if needed to fully describe a situation. An important aspect of the inspection report is the description of additional measures that need to be taken to enhance plan effectiveness. The inspection report must identify whether the site was in compliance with the SWPPP at the time of inspection and specifically identify all incidents of non - A responsible corporate officer (Vice President or higher) must sign a letter delegating the site superintendent as the authorized position for conducting the required inspections. A draft form of this authorization is included in Appendix E. Inspector's qualifications must be entered on the Inspection Report Form. Inspection reports must include an original, authorized signature and date of the inspection. Inspection reports must be retained by the General Contractor as an integral part of this SWPPP for at least five years from the date of submission of the Notice of Termination of permit coverage. Ultimately, it is the responsibility of the General Contractor to assure the adequacy of site pollutant discharge controls. Actual physical site conditions or contractor practices could make it necessary to install more structural controls than are shown on the plans. (For example, localized concentrations of runoff could make it necessary to install additional sediment barriers.) Assessing the need for additional controls and implementing them or adjusting existing controls will be a continuing aspect of this SWPPP until the site achieves final stabilization. Any modifications, additions or deletions of sediment control devices must be approved by the Civil APPENDIX A: VICINITY MAPS, PROJECT LOCATION AND USGS QUAD, SOILS REPORT, FIRM PANEL C1 • MISSOURI _ ARKANSAS 62 r I S9 ROGERS I BENTON r 12 SPRINGDALE r 1 J 16 FAYETTEVILLE 161 WASHINGTON I 71 r 74 WINSLOW I r DEVILS DEN - r - CRAWFORD r� LFRANKLIN `, FORT SMITH 1 VICINITY MAP EUREKA SPRINGS CARROLL a PROJECT AREA w Mrs__ w i UF u oH O U zzzouzBRISTOL PLo GOLDENROD z N m r DR iST w CHEROKEE 3 p m CAMELOT PLwi z i pAWNEE C X p a C NAVAJO CT CASTON DR ,� HUNTINGTON L NSFIELD PL �Y Jy BOARDWALK '°p0y DR RE PL COURT REVE H 00 VICTORIA LN MEANDERING a �P1 CN LONDONDERRY LANE DR PROJECT P� LOCATION CANTERBURY RIDGELY D o 0 CIR MANOR DR BosmN LRN o MEW d } n M WF u .. HYLAND N o 6 Z . ROCK 26J 4�P C4f.F, `°o 0 NITA OOh d RD Ui S w en LOCATION MAP W 0 Lfl pN N N L� U.S 2 w I-. LL • . M A m Ya wo m� mi erc re m� oa Ye mee� m ft fi pppC t9 i.m -", R 1� Y • I a � 9 8 I' C e e B & fi V. 8 B @p( i 3" O on 4 O 0) z O Q 0 z a O z J a 0o a `o m c E m @ N d > N 3 c @ go J o v m 0 c t b Cu N a ,' c m E @ v r = c v r a @",F o c �' m a wa @ E 4J m v vO i .� U r Y y �_ Co ao 3 nCo c Z Q ? Q a v o d OOE < .t r L o 8o- O d O Q O O O N O U Q 0 N N o d W c J o L ' 3 o w o E n ai o o. Eo me a v @ dnN co omE90 E mL7 v va m``m 3 saaNiE n 3 r Y v o a p N v DE c(0 m r-aa N 0 T J N T Q' O N r YO N O C @ J N a Q N L O c" na gi J c >'O y v n@ OO 4-. C 0 i` r 0 O N � o. @ mm a 0 au)uJv > - oavm CU a E ro w o £ in o 0EmE . � �°5 N y @ T n C o N a r a @ n c S W a a C 0 @ W v o @ d N @ a N N w LL 2' Y . • y N N a L" K o o J {L W L 8* iith11 o Q C v n a 0 Cd E J C 3 J @@ 00 a O 7 t N N iN v > O W n p @ O 6 d O 0 tl 6 3 O @ J 6 T V 6 W O. G _ O @ N O 3 41 N �. LL O C O N O O N Q N N t i W E T C > Y C CO 41 �] NO U U O f7 J `C d K N N UJ U) N Ca N N 2 C 0- q @❑• N Q H • Soil Map —Washington County, Arkansas Map Unit Legend Wash.1Qgton Cpuhly, Arkansas (AR143) - %kap Uriit Symbol 'Mapllnit Name -;_ - Acres I'p AD! Percent of AOI � . ErE Enders -Allegheny complex, 8 to 20 percent slopes 2.5 12.7% (leesburg) HmC Hector-Mountainburg gravelly fine sandy loam, 3 to 10.4 53.0% 8 percent slopes HmD Hector-Mountainburg gravelly fine sandy loams, 8 to 2.7 13.6% 12 percent slopes HoF Hector-Mountainburg stony fine sandy loams, 3 to 4.1 20.7% 40 percent slopes Totals for Area of Interest 19.7 100.0% Natural Resources Web Soil Survey 1/6/2010 Conservation Service National Cooperative Soil Survey Page 3 of 3 APPENDIX B: EROSION CONTROL PLAN K:U001\042150\SH SEQ 1WHEEt 2 AND 6 THAD 8 AND 10 AND I1-13 AND 14 AND 17- 1/11/20103:59:19 PTq Lary `L V 1 it ),_..T ! \ 6 ___ it-,.- 5 a I i fEE 14 H 1 CONTRACT BECTION I CANTE8811NYRCPD K t� Z o WATER TANK APO B T -z It zT 1 • , Li I, CONSULTING ENGINEERS,I r__*0NThACrS _eAND ._. AND :AND 1113 x._170, a_ $ HI COMPLETE STORM WATER POLLUTION PREVENTION PLAN WILL BE PROVIDED TO SUCCESSFUL BIDDER APPENDIX F Occupational Safety Health Administration (OSHA) Standard for Excavation Trenches Safety System, 29 CFR 1926, Subpart B • At Engrossed: 2/10/93 I Suit of Arkansas ACT 29 1 '1993 2 79th General Assembly A Bill 3 Regular Session, 1993 SENATE BILL 320 4 By. Senator Keet 5 6 7 For An Act To Be Entitled 8 "AN ACT TO REQUIRE THE INCLUSION IN ALL BIDS FOR PUBLIC 9 WORKS PROJECTS A SEPARATE PRICE PAY ITEM FOR TRENCH OR 10 EXCAVATION SAFETY SYSTEMS; TO INVALIDATE BIDS WHICH DO HOT 11 CONTAIN SUCH PROVISIONS; TO DECLARE AN EMERCENCY; AND FOR 12 OTHER PURPOSES." 13 14 Subtitle 1S "AN ACT TO REQUIRE THE INCLUSION IN ALL BIDS FOR PUBLIC 16 WORKS PROJECTS A SEPARATE PRICE PAY ITEM FOR TRENCH OR 17 EXCAVATION SAFETY SYSTEMS." 18 19 BE IT ENACTED BY THE GENERAL ASSEMBLY OF .THE STATE. OP ARKANSAS: 20 21 SECTION 1. Whenever any agency of this state or of any county, 22 municipality, or school district, or other local taxing unit or -improvement 23 district enters into a contract covered by the provisions of Arkansas Code 15 24 22-9-202 - 22-9-204 for the making of repairs or. alterations or the erection 25 of buildings or for the making of any other improvements, or for the 26 construction or improvement of highways, roads, streets, sidewalks, curbs, 27 gutters, drainage or sever projects, or for any other construction project in 28 which the, public work or public.improvement ,constructio�. project involves any 29 trench or excavation which equals. or exceeds five (5) feet in depth, the 30 agency, county, municipality, school district, local taxing unit or 31 improvement district shall require.: 32 (1) the current edition of Occupational Safety and Health 33 Administration Standard for Excavation and. Trenches Safety System, 29 fl 34 1926, Subpart F, be, specifically incorporated into the specifications for th 35 project; and. 36 (2) the contract bid.form to include -9 separate pay item for vj276 • 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. 375 § 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 (7-1-08 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 • 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. 377 § 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 —(I) 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 (7-1-08 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 0 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 379 § 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 CPR Ch. XVII (7-1-08 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 380 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. (f) 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 381 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 (7-1-08 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. Occupational Safety and Health Admin., Labor 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:IV) or greater; or (v) The material is subject to other factors that would require it to be classified as a less stable material. Type B 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:IV), 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 N. 1926, Subpt. P, App. A (v) Material in a sloped, layered system where the layers dip into the excavation or a slope of four horizontal to one vertical (4H:IV) 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 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 '/e -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 (7-1-08 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 384 C Occupational Safety and Health Admin., Labor 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. Pt. 1926, Subpt. P, App. B (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 ih horizontal to one vertical (½H: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 SOIL OR ROCK TYPE MA'IIMUM ALLOWABLE SLOPES(H:V)(1� FOR EXCAVATIONS LESS THAN 20 FEET STABLE ROCK VERTICAL (90°) TYPE A [2] 3/4:1 (530) TYPE B 1:1 (459 TYPE C 1½:1 (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. 2. A short-term maximum allowable slope of 1/211:1V (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:lV (53°). 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. 385 • Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-08 Edition) Figure B -I Slope Configurations (All slopes stated below are in the horizontal to vertical ratio) B -l.] Excavations made in Type A soil. 1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope of 344:1. Th 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. I 12' Max. 1 1/2 SIMPLE SLOPE —SHORT TERM 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 344 to 1 and maximum bench dimensions as follows: al 3/4 20' Max. 4' 386 Occupational Safety and Health Admin., Labor SIMPLE BENCH Pt. 1926, Subpt. P, App. B 0 20' Max. 5' i Max. 3/4 i 4' Max. /� 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. 8' Max. ' Max. 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 3'/2 feet. 387 I Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVI1 (7-1-08 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 '/a:1. The support or shield sys- tem must extend at least 18 inches above the top of the vertical side. P DIY 20' Max. � 3/4 18" Min. Total height of vertical side 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: • Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B This bench allowed in cohesive soil only. 20' Max. i SINGLE BENCH This bench allowed in cohesive soil only i i 20' Max. 4' 1 Max. / 4' Max. I 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. 20' Max. Support or shield system N n -, n A V Min. 1 Total height of vertical side VERTICALLY SIDED LOWER PORTION 4. All other sloped excavations shall be in accordance with the other options permitted in § 1926.652(b). 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 1½:1. !ilia Pt. 1926, Subpt. P, App. B ?0' Sax. SIMPLE SLOPE 29 CFR Ch. XVII (7-1-08 Edition) 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 I - 20' Max. system #SC4a l 1V Min. al 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. 390 S Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B d OVER A le A / L 3/4 C OVER A C 1 C C OVER d 0 Pt. 1926, Subpt. P, App. C A OVER B A OVER C 29 CFR Ch. XVII (7-1-08 Edition) I1 _ C" B Al n _ c 4 i 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(e). (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 392 Occupational Safety and Health Admin., Labor 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 O-1.1 through O-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 O-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 O-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. Pt. 1926, Subpt. P, App. C (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 -I.!, for acceptable arrange- ments of timber can be used. Arrangement #BI 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 84 wales at four feet vertically. 393 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 #BS 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 1040 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 1042 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 #21 Space 8x8 crossbraces at six feet hori- zontally and five feet vertically. Space 1042 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 (7-1-08 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 O-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. 394 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C „ 0 N C a J Q IO O 1-' X X a N N O N -0'-- b x W x Cr W N W LL O tC X J N a £ v k =IsJ # X l0 0 W Z M M M n T L E q V W W t 0 m U L r W C W a N W LL 1 1 C V 1 V O d O (T V V L J Y 1 > d v 1 1 Y r N Y W N CC N N (41— •0 v a o 0 0 °-' £ NZ Y- Y- m Y- m •r m m .-+ - 9. 0 Hti O O S X O X X X X X X Y ry H a y, .,,i Z m Z m O t0 m O O T - C a £ 0 .-+ N t0 .0 1 £ r CZ Y E O z + z 0 w C E J x W¢ IL v o a v v e < o e c o v 0 .C >o._ L Y X Y 0 6 C N C N O W o N - to W b 10 to t0 m m m m O O C Y C 10 X X >C X X X X X X X X X •r N - 11 6 ,p 10 IO b 10 ,0 b b m O C Y x a. o a0 ai CO Cf W~ N t0 '0 t0 t0 ,O '0 m m m m m m q q x (410.- X X>1 X X X X X X X X X O Y_ J ,O •O tC 10 to t0 l0 10 10 to CCm Cr 6 W Y J W W x O ' ,-O. C lJ F- '0 W tC 10 10 tO b t0 10 tO 0 m 20 GI y Z m X X >C X X X X X X X X X cc w f- Wm 0. a a '0 a to a to to to m m Co C o m J UI d 1 Cs- - O 0 O >0 H on O F- d < tO b. O to N tp to tC m a ci to x X x x X x x x x . J E o_ o a o a to e e m m p q E `t L a 3 C 1-' tC >C e) t0 t0 t0 t0 to m 0 L X >C X X X X X X X X X X Y J C. V a a O V t0 t0 t0 t0 m m .� 0 Y o 0 w q H -0r• N Z W 0 0 0 0 0 0 0 0 0 0 0 0 Z X C r r W - 1- H H F- F- F- 1- f H H Y-• q C CC N tO m O .- t0 m N W Z i£ 00.O Q LL 6 0 6_ .+ 0. C. 0 6 .-r 6_ 1_ 0 0 W Nv N # # F-LLUH WO O W W W O 0 O O O N lO O O > N - H H N O O C LL H v 395 Pt. 1926, Subpt. P, App. C 29 CFR Ch. XVII (7-1-08 Edition) Ct N 4 (1 N C' a w N � F .-1 N i Z U � S a � x F U v M tl O � N W z M U y H N Z m u W N N N Wig a � 6 '0 '0 '0 N N N SW '0 O 0 • p4 k a U n m n U FH F Is vl ti l V1 in N '/1 v1 in V1 WO W O O O N O N N N Z m - - tO - r - - - N N 0)'' 'x0 O) a OxD O O W O N p. ..+ - .r .-. U '— Ow Oi CZJ N V1 in ✓1 'K, in in in in 6 >W y v N O 0 0 0 F .O a0 c0 00 00 c .-' .-. -.. x 0. 'x 0 '0 ''0 'x0 0x0 OC 0x0 i9 O . F N r X >m4 >4 K X M % x '0 W '0 .O N OJ W m a N W (it0. O fC^ U F 'O 'O .O 'O 00 aD a0 P m W W 'x0 ''0 'x0 'x0 '0 ''0 m m a � NH N O 'O '0 '0 W W c0 U x x P. v 'x 0 'x0 'x0 'x 0 '0 W ax0 C 3 O X X X X KCC X X x Y '0 'O '0 '0 '0 W lL . • HH Q p O p a F 0 .. Z F F H F FO+ aU W '0 O '0 m0 42 0 �Nv '.fli N P4 P. N O P.� wm W d O Vl P .aJ~ H Z > O O N Z S I,-' (-4 NO Ww v, oa O F - O 0 00 .i .1 i O I Occupational Safety and Health Admin., Labor # a y w W T U W Y 0. J H A a b LS 1+ w N H a HO. F O r n V H � W w a i F i x U O w m a d En p. 0 W Cs) H 0 a m -0 F N Pt. 1926, Subpt. P, App. C Z aN a V Y O H z o O N F 0 F x xw r w x a � 6 a 41 NI Q >4 N N N N ri FNF W6twu vl Vl vl V1 In L >ww 'Z N Z O N N N N N H H r r r w O O N O N N U FN F wV w wC w h n N N >w w N O O O O O is 0 0 0 0 0 Ca r o 0 0 w = w m w U,'_' O o0 O O O o a w m m "H o oxo m w N O F O V d iGo H D Go Go Go W 30 O O O r r >4 W •Z H NZFO O O �+ O O r r 0 r r O F F FO F F H Z 0 V W m a AO Go a a �a a a O a w -+ a 41J a u �LCJUCIU w y. w OOP o w w v o a o a a w o v o w </1 O O V]Z .`- N Z w Z 0 V] N Z 0 Z N I-' F 01- w 0 N h O O O O 0 O F F — F 40 Cl C w O M wo o d 3 o' Ll O W w 397 Pt. 1926, Subpt. P, App. C 29 CFR Ch. )(VII (7-1-08 Edition) V m x U J m O O .G b z O -sv V N Z um >4 X F m W v v d m 0< N Cl a .O .O .. .N. e v a v - * ,. n n n n o z v ' Is Ft+ 0o OP O0' wG1 za za v z0 v v a a v v v b 4 'O NZ 4' 11` O O N M 00 00- m m o0 P m x m Z K ZK m x ZC x aD .xO m m .x0 m m 00 O F H F 111<11 v e v v v v v a a e o a > O w Cf e EO.. •O m .O •O .O m .O .O .O m K x X x x x x x x x X x x V O .O V .O .W .O .O .O b .O .O 0 Hv .O .O sO u .O .O .O .O .O .o m x x x x x x x x x x x x (fl' -0 I0 m .O a .O m .o .O .O m .O x x x x x x x x x x x x x w w v a a v a e u .O .O .O O .O m m 0r 'o U O Q .O .D .5 .O .O .O .O .O .O .O>4 x x x x x x x x x X X 'S 'S V 'S V V .O .O .O .O .O .O O '0 F v v .O .O .O .O .O .O .O .o x x x x x x x x x X x x x A. O J v v V V .O .O .O .O .O .O • V O 0 0 0 0 0 0 0 O O O O F F F F F F H F F F F so m m O N .p m O N152 s a w p. 5 w w a w� w� w w w� A. a 0 0 •-, Zx W 0 Z iV p o O F F ON N — —O -O. .�.. > 0 y W [ v O I x 398 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C zN FA .O r v J Z -t O s CMm w W xx x W w M19 d 0 0 0 cc r r c'1 n 'SS V -1 N O # x W 6 O N >40 .O b .O .O N O 3 II n en n V d e in L W b —o L • Z N O - J N F M .cal N p: C U in v1 h N in �in in 1 UL o W W Q J a u > y W O u w' F -4th W N W ^ O O N O N N U J ii O N h1 N N r cc r r r ... 00 LO" x x x x x X x x x c H F N U `0 a0 cc a0 O O a0 O N N 6 N r .-r— .r ,CM • N N U V^ oa T U P. F N IU d E Z 4. N O: 0W N in in in in in v, v, In W M W Q W U L ..1 El O > w v M U N N Q x a❑ I - w H in U'S n in b '.O N N N N N cc N 9 U Z 1 w.r x X X X X x x x X C N - N .D '0 .O m N N cc a0 d En p., W N .p in .O N x x x x x N N N L> Y N w wr X x x X X x x U> U -J .O .O .O d W O! .O cc !O N M w Y O C W 40 F U a F Ai Z P C >y. W W .O 'O Qt .D c0 N N N N al W C F C x X X x x x x x X -o W F v .o .o .D .D cc .O .O oo m > N E r CIs0 O O F J a F c O .O .D .O •G N N cc N W O'er S w x x X x X x x x x X WE FO ❑ v v v .J m .o m m V N L 0 F L a V in 'O .O .O N N N N N II P. X x X X X x x X x W J O a a a .o .o .O e N U N V • V 0 0 0 O 0 O O O O F -*4.4 N.NF F F H r F F F - F F F -. Z wC w' O W .O w 0 V .O W O a .O cc O a Oct O Q W r C)42 r W U r VU W C E w w w w w 410 P. w_ P. a O ww_ P. al O W Nv O > > NZ N _ Z N2 N # # S S ^ F UP w W Z W W O W O W W u9 O O O O uO in O O > N Ea 4. F -+ r F r F N O 399 L Pt. 1926, Subpt. P, App. D m N V WIF T 29 CFR Ch. XVII (7-1-08 Edition) 0 z H w a F 2 N F OF x x W U W H W W a� w m � 3 al xa O M In e v U CI Z F H F U W h ,n h h h [[i >oaw In.- W O Cl O Clx N N m) 0 O O N0 r .J r .-. Z F H W W a W ,n vt N In ,n > 6 Wp F y, O m 03 >4 >4 >4 w m m a m m W N O vJ F X x O X >C >C X b 03 u) W m m m W 03W m ro 'o .x0 .x0 W K U 0 F [D '0 '0 xN XN 'm '0 ❑ 3 O .O [O .D > 0) 4 X '0 m 03 r W Z F 0 F O p O FO N F H H W H r F r ..� F r r .., •0. 0<r'. '0 °o O m a v v .o v v v W Wu a4 m4 m4 4 W m0 WO n. 0)0 0)0 N0 O 0 N O In F ZU Z W p {W U, O O O O N U 1 0 0 4a10 ❑ a W F r r F r r F N '>N F v O APPENDIX D TO SUBPART P OF PART 1926 -ALUMINUM HYDRAULIC SHOR- ING FOR TRENCHES (a) Scope. This appendix contains informa- tion that can be used when aluminum hy- draulic shoring is provided as a method of protection against cave-ins in trenches that do not exceed 20 feet (6.1m) in depth. This ap- pendix must be used when design of the alu- minum hydraulic protective system cannot be performed in accordance with § 1926.652(c)(2). (b) Soil Classification. In order to use data presented in this appendix, the soil type or types in which the excavation is made must 400 E Occupational Safety and Health Admin., Labor 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 Modulus re- quirements in the D-1 Tables. Aluminum material is 6061-T6 or material of equivalent strength and properties. (2) Hydraulic cylinders specifications. (1) 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. (1) 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- Pt. 1926, Subpt. P, App. D 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 401 E 0 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 (7-1-08 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. 1 0 P Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FIGURE NO. 1 FIGURE NO. 2 VIPTCAL ALww4 MVOMWC CMplp VERTCAL 4WMIY (RIOT N.LYgl MYWAMA: pMORM fMIMM KYw00P1 HORIZONTAL SPACING ✓/ T N $PACNTAI SPACING 18• MAX. M vIIHJ H III SPACINGG 1 �I (' MAX. N 2' MAX. FIGURE NO. 3 NERTCAL M.UMIOI MYOMAULC RMMNP VITACKEOI 0Op`yO+/ II VERTICAL SPACING A' MAX. 2' MAX. VERTICAL RAI L I XYDRAULIC 6$NS CYLINDER RTECAL RAIL IIII„I Ip `PLYVOOD DRAULI p CYLINDER 18R MA%' Y J3 VERTICAL SPACING (' MAX. 2' FIGURE NO. 4 ALuws MvonAac .. a WAL( SYSTEM ITYPCAL1 HORIZONTAL SPACING IERTICAL RAIL 2' MAX. / HYDRAULIC CYLINDER VERTICAL SPACING UPRIGHT SHEETING 403 • • Pt. 1926, Subpt. P, App. D 29 CFR Ch. XVII (7-1-08 Edition) a a elmU n Q O 0 w U. O O C] m E r rl z 3 O a x a k7 z a C A Q It U C Os v O U rtJ x anQ t > n W u zzz T o xz z p O bvO vO Q u o0 00 N c E E y PQ u Z G7 C x x e iCC CCC ucfl 0.0. a Q Q O � Ol Vi W Vi O Q O v O r7 O �--i Y+ ti O > O v 0 y Y Y O O uzz 404 C Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D 405 • Pt. 1926, Subpt. P, App. D 29 CFR Ch. XVII (7-1-08 Edition) j en Q^ M Jr I I x en vi z z z z z z z z o (n (n fn cn m cn (n (n en - a U� O N a. O O O O O0 no O 0 N yzN N v O µ y N zpz�a"i Z Nz -'- Z z N ZEu z z g i N p N Q s en o N s en en us u z z z z U oo U U.�y O W a a O a a a vt a a o a a o0 o vi a p1 .� g z z z z z z z z z pQp J N N to N en en N ,n en U N pF ~ a y'7 000000 via 0< O� N �C ao O vi �D T a z •z� O ^ z h O O vi O O vi O O eri v Ni r e ri r e 3 uz N 0 0 C 5 O C Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D en I F.2 m t% K M C° z z z z z z z z z F M M M M M M M M M A. U N U O of O O In O h O O b G O vi oc cn r '6 0NC .. m 3 E u rV Z N g N N N N Y L Z zz z z z z z z z a 'r NpNQ M NQ M M NQ M M k ry s u z as z z z z w O ! U U m V n < U G 0 X Z O In O O N O v, O O 2 9 •• F d Q Q > O< �d e C e vi oo c.i h e ¢ O Q<} O p x y O S w < x Z z z z z z Z z z z 1.. N N M N M M N M M 2 3� ofa .z C r 4. V O r O O we O v, O O �' C my °z A • O 7 G v, O O of O O of O O N iJ 00 C ri r. 'V Ni r O ni r R CC.... "2 3 �z f; Lt1 o Cd R O O u Q Q N v m f bNGNGNG- G. VS. E -'(<U M o c u u WOWOOof W vtOO O' O WN O Q Q Q Q v O o v v y Q� in 4, C 000 i Z Z * 407 Pt. 1926, Subpt. P, App. E 29 CFR Ch. XVII (7-1-08 Edition) APPENDIX E TO SUBPART P OF PART 1926 -ALTERNATIVES TO TIMBER SHORING Figure 1. Aluminum Hydraulic Shoring 18" N VERT SPAC 4' NA !RTICAL RAIL YDRAULIC CYLINDER Figure 2. Pneumatic/hydraulic Shoring OOOO Occupational Safety and Health Admin., Labor 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 - Pt. 1926, Subpt. P, App. F 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). 409 Pt. 1926, Subpt. P, App. F 29 CFR Ch. XVII (7-1-08 Edition) Is the excavation more than 5 feet in depth? Is there potential Nfl YES Is the excavation for cave-in? entirely in stable rock? NO Excavation may. be made with vertical sides. Excavation must be sloped, shored, or shielded. Sloping_ I Shoring or shielding selected, selected. Go to Figure 2 I I Go to Figure 3 FIGURE 1 - PRELIMINARY DECISIONS 410 C1 • Occupational Safety and Health Admin., Labor Excavation must comply with one of the following three options: Option 1: 1926.652 (b)(2) which requires Appendices A and B to be followed Option 2: 31926.652 (b)(3) which requires other tabulated data (see definition) to be followed. Option 3: 51926.652 (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)? Pt. 1926, Subpt. P, App. F Excavations must comply with$1926.652 (b)(1) which requires a slope of l§H:1V (340). FIGURE Z - SLOPING OPTIONS 411 S Pt. 1926, Subpt. P, App. F 29 CFR Ch. XVII (7-1-08 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 .S1926.652 (c)(3) which requires tabulated data (see definition) to be followed (e.g. any system as per the tabulated data). Option 4 31926.652 (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 APPENDIX G Arkansas State Licensing Law for Contractors S • 0 9 Arkansas State Licensing Law For Commercial Contractors Act 150 of 1965 Act 162 of 1987 (As Amended) Arkansas Code and Rules and Regulations Arkansas Contractors Licensing Board 4100 Richards Road North Little Rock AR 72117 Phone: (501) 372-4661 Fax: (501) 372-2247 Web Page: www.arkansas.gov/clb Revised July, 2009 S Arkansas State Licensing Law for Contractors 17-25-101. Definition. (a)(1) As used in this chapter, "contractor" means any person, firm, partnership, copartnership, association, corporation, or other organization, or any combination thereof, who, for a fixed price, commission, fee, or wage, attempts to or submits a bid to construct or demolish, or contracts or undertakes to construct or demolish, or assumes charge, in a supervisory capacity or otherwise, or manages the construction, erection, alteration, demolition, or repair, or has or have constructed, erected, altered, demolished, or repaired, under his or her, their, or its direction, any building, apartment, condominium, highway, sewer, utility, grading, or any other improvement or structure on public or private property for lease, rent, resale, public access, or similar purpose, except single-family residences, when the cost of the work to be done, or done, in the State of Arkansas by the contractor, including, but not limited to, labor and materials, is twenty thousand dollars ($20,000) or more. (2) However, when a person or entity acts as a contractor in the construction, erection, alteration, demolition, or repair of his or her own or its own property, such action shall not result in the person or entity being required to obtain a license, but the person or entity shall comply with all other provisions of this subchapter. (b) However, the twenty -thousand -dollar ($20,000) exception shall not apply to any project of construction in which any of the construction work necessary to complete the project, except any in -progress change orders, is divided into separate contracts of amounts less than twenty thousand dollars ($20,000), a purpose being to circumvent the provisions of this chapter. (c) It is the intention of this definition to include all improvements, demolition, or structures, excepting only single-family residences. (d) Materials purchased by a prime contractor from a third party shall not be considered as part of the subcontractor's project if the prime contractor has the proper classification listed on a current contractor's license for the work being performed by the subcontractor. Materials purchased by a person or entity acting as a contractor in the construction, erection, alteration, or repair of his or her own or its own property from a third party shall not be considered as a part of the subcontractor's project, provided that the subcontract is for wood framing, shingle roofing, painting, floor covering, or concrete labor. 17-25-102. Exemptions. The following shall be exempted from the provisions of this chapter: (1) The practice of contracting as defined in § 17-25-101 by an authorized representative or representatives of the United States Government, State of Arkansas, incorporated town, city or county, or other political subdivision in this state; (2) Architects and engineers, whose only financial interest in a project shall be the architectural or engineering fees for preparing plans, specifications, surveys, and supervision that is customarily furnished by architects and engineers; and S • (3)(A) Manufacturers who produce equipment to be installed in the State of Arkansas and have the responsibility for the installation of the equipment, which would require a license under this chapter, if the installation is performed by a contractor properly licensed under this chapter. (B) The Contractors Licensing Board shall have the authority to define "manufactures" as it is used in this subdivision (3). 17-25-103. Penalties - Enforcement. (a) Any contractor shall be deemed guilty of a misdemeanor and shall be liable to a fine of not less than one hundred dollars ($100) nor more than two hundred dollars ($200) for each offense, with each day to constitute a separate offense, who: (1)(A) For a fixed price, commission, fee, or wage, attempts to or submits a bid or bids to construct or demolish or contracts to construct or demolish, or undertakes to construct or demolish, or assumes charge in a supervisory capacity or otherwise, or manages the construction, erection, alteration, demolition, or repair of, or has constructed, erected, altered, demolished or repaired, under his or her or its direction, any building, apartment, condominium, highway, sewer, utility, grading, or any other improvement or structure, when the cost of the work to be done or done, in the State of Arkansas by the contractor, including, but not limited to, labor and materials, is twenty thousand dollars ($20,000) or more, without first having procured a license with the proper classification to engage in the business of contracting in this state; (B) Subdivision (a)(1) of this section shall not apply to any demolition work or other work necessary to clean up a natural disaster within seventy-two (72) hours following the natural disaster; (2) Shall present or file the license certificate of another; (3) Shall give false or forged evidence of any kind to the Contractors Licensing Board or any member thereof in obtaining a certificate of license; (4) Shall impersonate another; or (5) Shall use an expired or revoked certificate of license. (b) The doing of any act or thing herein prohibited by any applicant or licensee shall, in the discretion of the board, constitute sufficient grounds to refuse a license to an applicant or to revoke the license of a licensee. (c) Regarding any violation of this chapter, the board shall have the power to issue subpoenas and bring before the board as a witness any person in the state and may require the witness to bring with him or her any book, writing, or other thing under his or her control which he or she is bound by law to produce in evidence. 2 (d) No action may be brought either at law or in equity to enforce any provision of any contract entered into in violation of this chapter. No action may be brought either at law or in equity for quantum meruit by any contractor in violation of this chapter. (e)(1)(A) Any contractor who, after notice and hearing, is found by the board to have violated or used a contractor in violation of this chapter shall pay to the board a civil penalty of not less than one hundred dollars ($100) nor more than four hundred dollars ($400) per day for the activity. However, the penalty shall not exceed three percent (3%) of the total project being performed by the contractor. (B) The penalty provided for in this chapter plus interest at ten percent (10%) per annum shall be paid to the board before the contractor can be issued a license to engage in the business of contracting in this state. In addition to the assessment of the penalty, the board, upon a finding of a violation of this chapter, may issue an order of abatement directing the contractor to cease all actions constituting a violation of this chapter. (2) The board shall have the power to withhold approval for up to six (6) months of any application from any person who, prior to approval of the application, has been found in violation of this chapter. (3) All hearings and appeals therefrom under this chapter shall be pursuant to the provisions of the Arkansas Administrative Procedure Act, as amended, § 25-15-201 et seq. (4) No proceedings under this chapter may be commenced by the board after three (3) years from the date on which the act or omission which is the basis for the proceeding occurred. (5) The board shall have the power to file suit in the Circuit Court of Pulaski County to obtain a judgment for the amount of any penalty not paid within thirty (30) days of service on the contractor of the order assessing the penalty, unless the circuit court enters a stay pursuant to the provisions of this chapter. (6) The board shall have the power to file suit in the Circuit Court of Pulaski County to enforce any order of abatement not complied with within fifteen (15) days, excluding Saturdays, Sundays, and legal holidays, of service on the contractor of the order of abatement. If the circuit court finds the order of abatement to have been properly issued, it may enforce the order by any means by which injunctions are ordinarily enforced. However, nothing shall be construed herein to diminish the contractor's right to appeal and obtain a stay pursuant to the procedures provided for in this chapter. 17-25-1 04. Injunction. When any contractor not licensed by the Contractors Licensing Board shall engage or attempt to engage in the business of contracting as herein defined, the board shall have the right to go into the proper court in the jurisdiction in which the work is being performed and, upon affidavit, secure a writ of injunction, without bond, restraining and prohibiting the contractor from performance of the work then being done or about to commence. 3 17-25-105. Form of indictment. In all prosecutions for violations of the provisions of this chapter for engaging in the business of contracting without a certificate of authority, it shall be sufficient to allege in the indictment, affidavit, or complaint that "A.' unlawfully engaged in business as a contractor, without authority from the Contractors Licensing Board, State of Arkansas, to do so." 17-25-106. [Repealed.]. 17-25-201. Creation - Members. (a) There is created a Contractors Licensing Board, consisting of seven (7) members, who shall be appointed by the Governor. (b)(1) Each member shall be at least thirty-five (35) years of age and must have been a resident of the State of Arkansas for the previous five (5) years. (2)(A) Five (5) members shall be contractors of not fewer than ten (10) years' experience in responsible charge of construction projects of a magnitude consistent with the duties of their offices. Each must hold an unexpired contractor's license issued under this chapter. Each must, at the time of appointment, maintain his or her principal place of business in Arkansas. (B) At least one (1) member of the board shall have had as a larger part of his or her business the construction of sewers and waterworks. (C) At least one (1) member of the board shall have had as a larger part of his o her business the construction of buildings. (D) At least one (1) member of the board shall have had as a larger part of his or her business the construction of highways. (3) Two (2) members of the board shall not be actively engaged in or retired from the profession of contracting. One (1) shall represent consumers, and one (1) shall be sixty (60) years of age or older and shall represent the elderly. Both shall be appointed from the state at large subject to confirmation by the Senate. The two (2) positions may not be held by the same person. Both shall be full voting members but shall not participate in the grading of examinations. (c)(1) Members shall serve five-year terms. (2) Terms shall expire on December 31 of the fifth year. (3) Each member shall hold over after the expiration of his or her term until his or her successor shall be duly appointed and qualified. (4) If a vacancy shall occur in the board for any cause, it shall be filled by appointment by the Governor. 4 (5) The Governor may remove any member of the board at any time for misconduct, incompetency, or neglect of duty. (d) Each member of the board shall receive a certificate of appointment from the Governor and, before entering upon the discharge of the duties of his or her office, shall file with the Secretary of State the constitutional oath of office. (e) Each member of the board may receive expense reimbursement and stipends in accordance with § 25-16-901 et seq. 17-25-202. Organization and functions. (a) The Contractors Licensing Board shall elect a chair, vice chair, and secretary, each to serve in his or her respective capacity for one (1) year. Officers shall be elected by the board annually. (b) The board shall have two (2) regular meetings in each year: One (1) meeting shall be in the month of February, and one (1) meeting shall be in the month of August, for the purpose of transacting such business as may properly come before it, on call of the chair of the Contractors Licensing Board. (c) Special or adjourned meetings may be held at such times as the board may provide by the bylaws which it shall adopt, or at such times as the board may, by reasonable resolution, provide. (d) Due notice of each meeting and the time and place thereof shall be given to each member in such manner as the bylaws shall provide. (e) Three (3) members of the board shall constitute a quorum. (f) The board shall adopt a seal for its own use and shall have on it the words, "Contractors Licensing Board, State of Arkansas, Seal", and the secretary shall have charge and custody of it. 17-25-203. Powers. (a) The Contractors Licensing Board shall have power to make such bylaws, rules, and regulations for its operation as it shall consider appropriate, provided that they are not in conflict with the laws of the State of Arkansas. (b) All expenses incurred by the board for the administration of this chapter are authorized to be paid by the board. (c) The board, or any committee thereof, shall be entitled to the services of the Attorney General or other state legal counsel as deemed appropriate, in connection with the operation of the affairs of the board. Additional legal counsel may be employed by the board from time to time as it may deem necessary. 5 17-25-204. Employees. The Contractors Licensing Board shall employ a chief administrative employee, also known as administrator, who shall possess such qualifications as may be determined by the board and who shall serve at the pleasure of the board. In addition, the board may employ such additional professional and clerical employees as may be necessary for the operation of the board and its various functions and pay salaries thereto as may be authorized by law. 17-25-205. Disposition of funds. The fees of the Contractors Licensing Board shall be deposited in banks to be used by the board in the manner prescribed by law, similar to the accounts of other examining and licensing boards of the state, and shall be audited under rules and regulations prescribed by the Director of the Department of Finance and Administration. 17-25-206. Records and reports. (a) The secretary of the Contractors Licensing Board shall keep a record of the proceedings of the Contractors Licensing Board. (b) The secretary shall keep a register of all applications for license showing for each: (1) The date of application, name, qualification, place of business, and place of residence; (2) Whether the license was granted or refused; and (3) A complete transcript of the proceedings, including evidence submitted by applicants, licensees, the board, or otherwise, at any hearing. (c) The books and register of this board, including transcripts of proceedings, shall be prima facie evidence of all matters recorded therein. A certified copy of such books or register, including a transcript of proceedings, under the seal of the board and attested by its secretary, shall be received in evidence in all courts of the state in lieu of the original. (d) A roster showing the names and places of business and of residence of all licensed contractors shall be prepared annually by the secretary of the board. (e) On or before August 1 of each year, the board shall submit to the Governor a report of its transactions for the preceding year and shall file with the Secretary of State a copy of the report, together with a complete statement of receipts and expenditures of the board attested by the affidavit of the chair and secretary and a copy of the roster of licensed contractors. (f) A record shall be made and preserved by the board of each examination of applicant or licensee. The findings of the board thereon and a certified copy of the record shall be furnished to any applicant or licensee desiring to appeal from the findings of the board, as provided in § 17-25-312, upon payment of the costs of transcribing the record. P 17-25-301. Significance - Proof. (a) The issuance of a certificate of license by the Contractors Licensing Board shall be evidence that the person, firm, or corporation named therein is entitled to all of the rights and privileges of a licensed contractor while the license remains unrevoked or unexpired. (b)(1) Upon making application to the building inspector or other authority of any incorporated city or town in Arkansas charged with the duty of issuing building or other permits for the construction of any building, apartment, condominium, utility, highway, sewer, grading, or any other improvement or structure, when the cost of the work to be done by the contractor, but not limited to labor and materials, is twenty thousand dollars ($20,000) or more, any person, firm, or corporation, before being entitled to the issuance of such permits, shall furnish satisfactory proof to the inspector or authority that he or she is duly licensed under the terms of this chapter. (2) It shall be unlawful for the building inspector or other authority to issue or allow the issuance of a building permit unless and until the applicant has furnished evidence that he or she is either exempt from the provisions of this chapter or is duly licensed under this chapter to carry out or superintend the work for which the permit has been applied. 17-25-302. Limitations. The Contractors Licensing Board shall have power to limit by proper classification the license to the character of work for which the applicant is qualified. 17-25-303. Application - Renewal - Fees. (a)(1)(A) Any person desiring to be licensed as a contractor in this state shall make and file with the Contractors Licensing Board thirty (30) days prior to any regular or special meeting thereof, a written application on a form as may then be prescribed by the board, for examination by the board. (B) The application shall be accompanied by payment in a sum to be determined by the board, but not to exceed one hundred dollars ($100) to the board. (2) The thirty (30) day requirement may be waived by the board provided that the contractor has on file with the board a completed original application and proof of having successfully completed any examination required. (b) Thereafter, an annual renewal license fee to be determined by the board but not to exceed one hundred dollars ($100) shall be paid by each licensee to defray the costs and expenses of the administration of this chapter. 17-25-304. Financial statement. (a)(1) All persons and entities required by this chapter to be licensed by the Contractors Licensing Board shall transmit to the board with their original applications an audited financial statement of the applicant audited by a certified public accountant or registered public accountant. 7 (2) All persons and entities licensed by the Contractors Licensing Board shall transmit to the board with renewal applications a financial statement of the applicant reviewed by a certified public accountant or registered public accountant according to American Institute of Certified Public Accountants' Professional Standards. (b) The financial statement so furnished shall not be public information and may not be made available for inspection by any person, unless pursuant to an order of a court of competent jurisdiction. After the contractor is licensed, the Contractors Licensing Board shall have the option of destroying the financial statement by the process of shredding or returning the financial statement to the contractor. 17-25-305. Applicant qualifications. (a) The Contractors Licensing Board, in determining the qualifications of any applicant for an original license or any renewal license, shall, among other things, consider the following: (1) Experience; (2) Ability; (3) Character; (4) The manner of performance of previous contracts; (5) Financial condition; (6) Equipment; (7) Any other fact tending to show ability and willingness to conserve the public health and safety; and (8) Default in complying with the provisions of this chapter or any other law of the state. (b) The board may develop reciprocal agreements with other states with similar licensing responsibilities. 17-25-306. Examinations - Certification. (a) Any person desiring to apply for a license shall be permitted to take an examination to determine the applicant's qualifications. (b) If the result of the examination of any applicant shall be satisfactory to the Contractors Licensing Board, and if the application complies with the board's rules and regulations, then the board shall issue to the applicant a certificate to engage in contracting in the State of Arkansas. (c) Anyone failing to pass the examination may be reexamined at any regular meeting of the board upon payment of the regular fee. 17-25-307. Expiration. All certificates of license to engage in the business of contracting in the State of Arkansas shall expire at 12:00 midnight on the day before the anniversary date of their issuance unless otherwise designated by the Contractors Licensing Board, and they shall become invalid on that day unless renewed. 17-25-308. Grounds for revocation. (a) The Contractors Licensing Board may revoke the certificate of license of any contractor licensed under this chapter who is found guilty of any fraud or deceit in obtaining a license or for aiding or abetting any contractor or person to violate the provisions of this chapter or for gross negligence, incompetence, or misconduct in the conduct of the contractor's business. (b) The Contractors Licensing Board may revoke the certificate of license of a contractor licensed under this chapter who fails to obtain or maintain worker's compensation covered as required under the Workers' Compensation Law, § 11-9-101 et seq. and § 17-25-514. 17-25-309. Procedure for revocation - Reissuance. (a) Any person may prefer charges in connection with the foregoing against any contractor licensed under this chapter. (b) The charges shall be in writing and sworn to by the complainant and mailed to the Contractors Licensing Board and, unless dismissed without hearing by the board as unfounded or trivial, shall be heard and determined by the board. (c) A time and place for the hearing shall be fixed by the board and held in the State of Arkansas. (d) A copy of the charges, together with the notice of the time and place of hearing, shall be considered as legally served by the board when sent to the last known address of the accused by certified mail at least ten (10) days before the date fixed for the hearing. In the event that such service cannot be effected ten (10) days before the hearing, then the date of hearing and determination shall be postponed as may be necessary to permit the carrying out of this condition. (e) At the hearing the accused contractor shall have the right to appear personally and by counsel and to cross-examine witnesses and to submit evidence in the contractor's behalf and defense. (f) If after the hearing the board finds the facts as alleged and of such character as to disqualify the contractor, then the board shall revoke the license of the contractor, but in that event no refund shall be made of the license fee. (g) Within its discretion and upon proper application or hearing, the board may reissue a license to any contractor whose license has been revoked. 17-25-310. Replacement. A certificate of license to replace any lost, destroyed, or mutilated certificate may be issued subject to the rules and regulations of the Contractors Licensing Board. E 17-25-311. Corporations and partnerships - Unlawful acts. (a) A corporation or partnership may engage in the business of contracting when licensed by the Contractors Licensing Board. (b) It shall be unlawful and a violation of this chapter for any two (2) or more contractors, whether doing business as individuals, partnerships, corporations, or other organizations, to jointly submit a bid or enter into a contract for construction as a joint venture unless all parties to the joint venture are licensed pursuant to this chapter. (c) Any combination of contractors other than a joint venture shall obtain a license for the combination prior to submitting a bid. 17-25-312. Review. Any party aggrieved by any decision of the Contractors Licensing Board shall have the right to seek review thereof pursuant to the provisions of the Arkansas Administrative Procedure Act, § 25-15-201 et seq. 17-25-313. License requirements to accompany invitation to bid. All architects and engineers preparing plans and specifications for work to be contracted in the State of Arkansas shall include in their invitation to bidders and in their specifications a copy of this chapter or such portions thereof as are deemed necessary to convey to the invited bidder, whether he or she is a resident of this state or not, the information that it will be necessary for him or her to have a certificate of license with the proper classification from this Contractors Licensing Board before his or her bid is submitted. 17-25-314. [Repealed.] 17-25-315. Rules and regulations - Federally funded projects -Contractor qualifications. (a)(1) The Contractors Licensing Board shall have the power to promulgate rules and regulations for the efficient enforcement of this chapter and shall also have the power to assign the right or give permission to any state agency, board, or commission to determine qualifications of a contractor solely for the purpose of submitting a bid to the state agency, board, or commission on projects involving federal aid funds prior to the contractor's being licensed by the board. (2) No state agency, board, or commission shall execute any construction contract involving federal aid funds unless and until the successful bidder for the project furnishes a certificate of license issued by the board. (b) The board shall have the power to provide by regulation for any political subdivision or other political corporation to accept bids from unlicensed contractors for projects involving federal funds. However, no contractor shall submit a bid under this section prior to submitting application for licensure, and no political subdivision or political corporation shall execute any construction contract unless and until the successful bidder for the project furnishes an appropriate license issued by the board. 10 17-25-316. Workers' compensation coverage required. (a) A contractor required to be licensed by the Contractors Licensing Board shall obtain and maintain workers' compensation coverage as required under the Workers' Compensation Law, § 11-9-101 et seq. (b) The board shall require proof of current workers' compensation coverage before issuing or renewing a license to a contractor required to have workers' compensation coverage under § 11-9-101 et seq. (c)(1) If a contractor fails to maintain workers' compensation coverage or fails to maintain proof of current workers' compensation coverage on file with the board, the board may revoke or suspend the contractor's license. (2) A contractor's license that has been revoked or suspended due to failure to maintain workers' compensation coverage may be reinstated upon receipt by the board of proof that the contractor has secured workers' compensation coverage. (d) The board shall promulgate rules necessary to enforce this section. Arkansas State Bond Law For Contractors 17-25-401. Definition. (a)(1) "Contractor" shall include all original, prime, and general contractors and all subcontractors. It is defined to be any person, firm, joint venture, partnership, copartnership, association, corporation, or other organization engaged in the business of the construction, alteration, dismantling, demolition, or repairing of roads, bridges, viaducts, sewers, water and gas mains, streets, disposal plants, water filters, tanks, towers, airports, buildings, dams, levees, canals, railways and rail facilities, oil and gas wells, water wells, pipelines, refineries, industrial or processing plants, chemical plants, power plants, electric, telephone, or any other type of energy or message transmission lines or equipment, or any other kind of improvement or structure. (2) The term "contractor" shall include any contractor who is required to obtain a contractor's license under the state licensing law of this state, § 17-25-101 et seq. (b) However, when a person or entity acts as a contractor in the construction, erection, alteration, or repair of his or her own or its own property or of a single-family residence, or if the cost of the work to be done, including, but not limited to, labor and materials, is less than twenty thousand dollars ($20,000), the person or entity shall not be deemed a contractor under this chapter. 17-25-402. Expenses - Disposition of funds. (a) All expenses incurred by the Contractors Licensing Board for the administration of this subchapter are authorized to be paid by the board. 11 (b) All taxes, premiums, contributions, penalties, interest, and fines collected pursuant to this subchapter, except enforcement penalties, shall be distributed pro rata, based upon the amount of taxes, premiums, and contributions due to the Department of Finance and Administration, the Arkansas Employment Security Department, the Workers' Compensation Commission, or any city, county, or school district, or any other state agency or other political subdivision of the state, first to the extent of any taxes, premiums, and contributions due with any remainder applied to interest, penalties, and fines, in that order. All enforcement penalties assessed to a contractor pursuant to the provisions of this subchapter shall be paid directly to the board to defer the cost of enforcement. (c) The board may employ such additional professional and clerical employees as may be necessary and pay salaries thereto as authorized by law. 17-25-403. Liability of customer. (a)(1) In the event the contractor fails to honor its financial obligations to the State of Arkansas or to any city, county, school district, state agency, or other political subdivision of the state, the customer for whom the work was being performed shall be responsible for all financial obligations of the contractor to the State of Arkansas or to any city, county, school district, state agency, or other political subdivision of the state, on that customer's project, provided that the customer receives written notice of the contractor's failure to comply with this subchapter prior to final payment to the contractor. (2) The responsibility of the customer shall not exceed any amount owed to the contractor on or after the date the customer receives the written notice. (3) The written notice shall be sent by certified mail, return receipt requested, and must include the maximum amount of any and all financial obligations the contractor may potentially owe to the State of Arkansas or to any city, county, school district, state agency, or other political subdivision of the state, arising from that customer's project. (b)(1) As used in this section, "financial obligations" include, but are not limited to, civil penalties imposed by the State of Arkansas or any city, county, school district, state agency, or other political subdivision of the state. (2) Civil penalties imposed pursuant to Ark. Code Ann. § 17-25-103(e)(1)(A) and Ark. Code Ann. § 17-25-408 for violations of the provisions of this chapter arise from and are connected to the customer's project and the provisions of this section apply thereto. 17-25-404. Bond - Filing - Terms. (a) Before commencing work or undertaking to perform any services or duties in the state, a contractor shall file with the Contractors Licensing Board as the depository agency, a surety bond of a surety authorized to do business in this state or a cash bond. The bond shall be a condition of licensure and a contractor's license shall not be released until the bond has been properly filed. (b) The bond shall be: (1) In a penal sum of ten thousand dollars ($10,000.00); 12 (2) Payable to the State of Arkansas; and (3) Conditioned on the contractor complying with the tax laws of the State of Arkansas, and when applicable, the ordinances, rules, and regulations of any city, county, school district, state agency, or other political subdivision of the state, the Arkansas Employment Security Law, § 11-10-101 et seq., the Workers' Compensation Law, § 11-9-101 et seq., and the provisions of this subchapter. 17-25-405. [Repealed.] 17-25-406. Notice of bond cancellation. (a) Notice of bond cancellation shall be given to the Contractors Licensing Board in writing sixty (60) days prior to cancellation. The board shall notify the Department of Finance and Administration, the Arkansas Employment Security Department, and the Workers' Compensation Commission of the notice of cancellation. It shall be the responsibility of each governmental agency to make any claims against the bond in accordance with state law for collection of any taxes, premiums, contributions, penalties, interest, or fines within the statute of limitations of the appropriate state law. (b) A contractor's license that has become invalid due to bond cancellation may be reinstated upon receipt of a proper replacement bond. 17-25-407. [Repealed.] 17-25-408. Failure to comply - Penalties - Enforcement. (a) The fact that a contractor is performing or has performed work in Arkansas and compliance as required by this subchapter has not been met shall constitute prima facie evidence of failure to comply. (b) Upon notice to the contractor and a hearing thereon, if requested by the contractor or if deemed appropriate by the Contractors Licensing Board or any committee thereof, should it be determined that a violation exists, the board or committee may assess a penalty for noncompliance in a sum not to exceed five percent (5%) of the value of the contract performed, and upon a finding of a second or subsequent violation, the contractor may be assessed a penalty equal to ten percent (10%) of the value of the contract performed. Further, any contractor found in violation for a second or subsequent violation of this subchapter may lose its contractor's license for a period of one (1) year. The board or committee may also issue an order to cease and desist the work pending compliance. (c) Failure of a contractor to comply with the provisions of this subchapter shall be grounds for revocation of any license issued to the contractor by the Contractors Licensing Board. (d) Enforcement of the bond filing requirements contained herein shall be the responsibility of the board. (e) The board shall have the power to make such rules and regulations for enforcement as it may consider appropriate and not in conflict with Arkansas law. 13 17-25-409. Proceedings upon violation. (a) Regarding any violation of this subchapter, the Contractors Licensing Board shall have the power to issue subpoenas and bring before the board as a witness any person in the state and may require the witness to bring with him or her any book, writing, or other thing under his or her control which he or she is bound by law to produce in evidence. (b) No proceedings under this section may be commenced by the board after three (3) years from the date on which the act or omission which is the basis for the proceeding occurred. (c) The board shall have the power to file suit in the Circuit Court of Pulaski County to enforce any cease and desist order not complied with within fifteen (15) days, excluding Saturdays, Sundays, and legal holidays, of service on the contractor of the order. If the circuit court finds the order to have been properly issued, it may enforce it by any means by which injunctions are ordinarily enforced. However, nothing shall be construed herein to diminish the contractor's right to appeal. (d) All hearings and appeals therefrom under this section shall be pursuant to the provisions of the Arkansas Administrative Procedure Act, § 25-15-201 et seq. 14 The Rules and Regulations of the Contractors Licensing and Bond Law 224-25-1 ISSUANCE OF LICENSE (a) All Contractors licenses will be issued under the name and address listed on the front of the application form. The use of any other name may constitute a violation. It is the responsibility of the contractor to inform the Contractors Licensing Board in writing of any name, address, ownership or any other change relating to said license within 15 days of such change. (b) All applications for a Contractors license in the State of Arkansas must be filed in one of five categories; (1) individual, (2) partnership, (3) corporation, (4) limited liability company or (5) limited liability partnership. Each application must be supported by a qualifying party, who has satisfactorily completed such examination as may be required by the Board, prior to being issued a license to engage in contracting in the State of Arkansas. Anyone failing to pass such examination may be re-examined at any regular examination period, upon payment of proper fee. Should the qualifying party (business and law or trade) leave a licensed entity, written notice shall be given within fifteen (15) days to the Contractors Licensing Board. The notice shall state the name and position of the individual leaving and the name and position of the individual who will replace the departing qualifier. The replacement qualifier must be fully qualified within thirty (30) days of the departure of the previous qualifier. Any license not renewed within two years of expiration shall be required to re -qualify by examination process, as may be required at the time. 224-25-2 LICENSE EXPIRATION & RENEWAL (a) Expiration. All licenses to engage in the business of contracting in the State of Arkansas shall expire at midnight of the date of its expiration. (b) Renewal. (1) Renewal notices will be mailed approximately 60 days prior to the expiration of a license. However, it shall be the responsibility of the holder of the Contractors License to renew said license. Failure to receive a renewal notice shall not excuse the failure to timely renew. A renewal application will be considered timely filed if received by the Board or post marked by the expiration date. (2) Renewal applications received by the Board prior to the expiration date of the license shall be accompanied by a renewal fee of $50.00 and the licensee may continue to use the license until the next meeting of the Board following the expiration date of the license. (3) Renewal applications received within thirty (30) days of the expiration of the license shall be accompanied by a $100.00 renewal fee. UPON THE RECEIPT OF THE APPLICATION the license shall be deemed to be reinstated until the Board has met and acted upon the renewal. The reinstatement of a license does not reinstate the license for It the time period between the expiration of the license and the receipt of the application by the Board. (4) Any renewal application received more than thirty (30) days after the expiration of the license shall be accompanied by a $100.00 fee and may be reviewed by the Board at its next available meeting. The applicant shall not have a valid license until said application is approved by the Board. A license may be renewed up until two (2) years after its expiration date. Any license expired two (2) years or more shall be considered a new application. (5) Any renewal application not meeting the requirements of the Board at its' initial review, but being placed in an "improve status" will constitute an extension of the existing license until the next available board meeting, at which time the license will expire if a new license is not issued. 224-25-3 LICENSE APPLICATIONS Any new application not complete within ninety (90) days after original receipt in our office will become invalid. Any new application not passing the Board's review will be considered invalid after ninety (90) days from the date of its original review. During the ninety (90) day period the applicant may have the opportunity to make corrections or improvements needed in the application in order to warrant the issuance of a license. After an application becomes invalid a new application and fee must be submitted for consideration to obtain a Contractors License. 224-25-4 INACTIVE STATUS A contractor who is licensed may choose to become inactive in the State of Arkansas at the time of any renewal. A contractor who is inactive may not bid on any contract nor perform any work for which a licensed contractor is required. A contractor who elects inactive status must pay all renewal fees, but is not required to submit financial information to the Board. A contractor who is on inactive status may reactivate its license by making a request to the Board and providing the financial information required to renew as an active contractor. A contractor may remain on inactive status for a period of time not to exceed six (6) consecutive years. 224-25-5 CLASSIFICATION & EXPERIENCE (a) A contractor may be licensed in any or all classifications. A contractor licensed as: Heavy Construction (HC), Highway, Railroad & Airport Construction (HRA), Municipal & Utility Construction (MU), Building (B), Light Building (LB), Mechanical (M) or Electrical (E) is authorized to perform any of the "specialties" associated with the classification in question. A contractor licensed as a Specialty (S) is authorized to only perform the functions of the specific specialty for which a license is held. It is the responsibility of the applicant for a classification or a specific specialty to show appropriate experience and qualifications in each classification requested and demonstrate the ability to perform said classification. (b) All applications for new and renewal of license must show a minimum of five (5) years experience in the type of work they wish to perform in Arkansas. All applicants for new and renewal of license must furnish a list of equipment available to their use in performing the specific type work they are licensed to do in Arkansas. 16 Note: Past work experience and ability to perform work classification must be shown. (c) A contractor holding the classification(s) of Heavy Construction (HC), Highway, Railroad & Airport Construction (HRA), Municipal & Utility Construction (MU), Building (B) or Light Building (LB) is considered to be a General Contractor in its respective market. A General Contractor may perform Construction Management in its respective market. All other classifications are considered to be subcontractors. A contractor considered to be a General Contractor shall maintain proper personnel, financial ability and facility to perform for the owner coordination, development and management expertise for the entire project. (d) A contractor holding an Electrical classification must maintain expertise, proper facility, financial ability and at least 1 full time employee holding a Master Electrician's license (issued by the Arkansas Board of Electrical Examiners) to assure proper skills in performing and maintaining electrical projects. (e) A contractor holding a Mechanical classification must maintain expertise, proper facility, financial ability and at least 1 full time employee holding a Master Plumbers license (issued by the Bureau of Environmental Health Service - Plumbing Section) and at least 1 full time employee holding a class A or B HVACR license issued by the Arkansas HVACR Board to assure proper skills in performing and maintaining mechanical projects. (f) A contractor holding a Specialty plumbing classification must maintain expertise, proper facility, financial ability and at least 1 full time employee holding a Master Plumbers license (issued by the Bureau of Environmental Health Service - Plumbing Section) to assure proper skills in performing and maintaining plumbing projects. (g) A contractor holding a HVACR classification must maintain expertise, proper facility, financial ability and at least 1 full time employee holding a class A or B HVACR license issued by the Arkansas HVACR Board to assure proper skills in performing and maintaining HVACR projects. (h) Any contractor holding a specialty classification for which a license or permit is required by another licensing or permitting authority, must hold the necessary license or permit in order to receive a license from the Board. (i) CLASSIFICATIONS AND SPECIALTIES — A contractor holding a classification may perform any of the functions listed under that classification. Performing work not listed under that classification may constitute a violation. OUTLINE OF CLASSIFICATIONS (1) HEAVY CONSTRUCTION This Classification Includes All Of The Specialty Classes Below: 1. Boring 2. Cofferdams, Dikes, Levees, Canals 3. Dams 4. Marine (Includes - Warves, Docks, Harbor Improvements, Terminals) 5. Mining (includes Surface & Underground Mining) 17 6. Oil & Gas Field Construction 7. Oil Refinery, Power & Energy Plant Construction a. Steel, Alloy, Ornamental, Metal Fabrication, Welding b. Stack Construction c. Foundation Construction or Drilling, Pile Driving, Stabilization d. Concrete e. Conveyors, Material Handling, Cranes f. Base & Paving i. Base Construction ii. Hot & Cold Mixes iii. Surface Treatment iv. Asphalt v. Concrete Paving g. Grading & Drainage (Includes Grading, Drainage, Pipe & Structures, Clearing, Grubbing & Rip Rap) 8. Tunnels, Shafts (2) HIGHWAY, RAILROAD, AIRPORT CONSTRUCTION This Classification Includes All Of The Specialty Classes Below: Base & Paving a. Base Construction b. Hot & Cold Mixes c. Surface Treatment d. Asphalt e. Concrete Paving 2. Bridges & Culverts a. Painting b. Repair c. Bridge Deck Overlay (Sealant) 3. Cofferdams, Dikes, Levees, Canals 4. Erosion Control 5. Foundation Drilling & Construction, Pile Driving, Stabilization 6. Grading & Drainage (Includes Grading, Drainage, Pipe & Structures, Clearing, Grubbing & Rip Rap) 7. HRA Miscellaneous & Specialty Items a. Traffic Safety 1. Pavement Markers 2. Signaling 3. Guardrail & Fencing 4. Attenuators, Signalization & Roadway Lighting b. Landscaping 1. Seeding 2. Sodding 3. Planting 4. Chemical weed & brush control c. Pavement Rehabilitation 1. Pressure grouting 2. Grinding & grooving 3. Concrete joints EU 4. Underdrains d. Miscellaneous Concrete 1. Sidewalks 2. Driveways 3. Curb & gutter 4. Box culverts 8. Railroad Construction & Related items 9. Concrete 10. Steel, Alloy, Ornamental, Metal Fabrication, Welding 11. Stack Construction (3) MUNICIPAL AND UTILITY CONSTRUCTION This Classification Includes All of The Specialty Classes Below 1. Base & Paving a. Base Construction b. Hot & Cold Mixes c. Surface Treatment d. Asphalt e. Concrete Paving 2. Grading & Drainage (Includes Grading, Drainage, Pipe & Structures, Clearing, Grubbing & Rip Rap) 3. HRA Miscellaneous & Specialty Items a. Traffic Safety 1. Pavement Markers 2. Signaling 3. Guardrail & Fencing 4. Attenuators, Signalization & Roadway Lighting b. Landscaping 1. Seeding 2. Sodding 3. Planting 4. Chemical weed & brush control c. Pavement Rehabilitation 1. Pressure grouting 2. Grinding & grooving 3. Concrete joints 4. Underdrains d. Miscellaneous Concrete 1. Sidewalks 2. Driveways 3. Curb & gutter 4. Box culverts 4. Underground Piping, Cable, Trenching a. Gas Distribution & Transmission Lines b. Sewer Lines c. Storm Drains d. Rehabilitation & Structures e. Waterlines 19 f. Underground Conduit, Cable 5. Water & Sewer Plants & Sewer Disposal a. Steel, Alloy, Ornamental, Metal Fabrication, Welding b. Stack Construction c. Foundation Construction or Drilling, Pile Driving, Stabilization d. Slipform Concrete Structures e. Conveyors, Material Handling, Cranes f. Carpentry, Framing, Millwork, Cabinets g. Foundation Construction, Pile Driving, Foundation Drilling, Stabilization h. Erosion Control i. Painting j. Lift Stations, Pumps k. Above ground tanks I. Roofing, Roof Decks m. Pipes, Process Piping, Valve repair n. Insulation o. Dredging p. Masonry 6. Waterwells (4) BUILDING This Classification Includes All Of The Specialty Classes Below: 1. Awnings, Canopies 2. Base & Paving a. Base Construction b. Hot & Cold Mixes c. Surface Treatment d. Asphalt e. Concrete Paving 3. Blinds, Curtains, Draperies, Theatrical 4. Bulk Storage Facilities 5. Carpentry, Framing, Millwork, Cabinets 6. Car Washes 7. Ceilings, Wall Systems, Acoustical Treatments 8. Chimneys, Fireplaces 9. Concrete 10. Control Towers 11. Conveyors, Material Handling Systems, Cranes 12. Drywall 13. Elevators, Escalators, Dumbwaiters, Chairlifts 14. Erosion Control 15. Excavation 16. Fencing, Gates 17. Floors, Floor Coverings 18. Foundation Construction or Drilling, Pile Driving, Stabilization 19. Furniture, Recreational and/or Playground Equipment, Bleachers, Seating, Partitions 20. Glass, Glazing, Doors, Windows, Hardware, Storefronts 21. Golf Cart & Foot Bridges & Paths 20 22. Golf Courses 23. Grading & Drainage (Includes Grading, Drainage, Pipe & Structures, Clearing, Grubbing & Rip Rap) 24. Greenhouses 25. HRA Miscellaneous & Specialty Items a. Traffic Safety 1. Pavement Markers 2. Signaling 3. Guardrail & Fencing 4. Attenuators, Signalization & Roadway Lighting b. Landscaping 1. Seeding 2. Sodding 3. Planting 4. Chemical weed & brush control c. Pavement Rehabilitation 1. Pressure grouting 2. Grinding & grooving 3. Concrete joints 4. Underdrains d. Miscellaneous Concrete 1. Sidewalks 2. Driveways 3. Curb & gutter 4. Box culverts 26. Indoor/Outdoor Advertising 27. Institutional & Kitchen Equipment 28. Insulation 29. Interior Work 30. Landscaping, Irrigation, Lawn Sprinklers, Streams 31. Landscaping with Planting 32. Lathe, Plaster, Stucco, Dryvit, EIFS 33. Lightning Protection 34. Masonry 35. Mausoleums 36. Medical Shielded Enclosures 37. Metal Building Erection 38. Metal Studs, Walls 39. Microwave Systems, Towers, Satellite Dishes 40. Overhead Doors & Dock Equipment 41. Paint Booths 42. Painting, Wall Covering 43. Poultry & Swine Houses 44. Remodeling, Renovations, Restoration, Alterations 45. Retaining Walls 46. Roofs, Roof Decks 47. Sandblasting, Hydroblasting 48. Sheet Metal, Ducts 49. Siding, Soffit, Facia & Gutters 50. Skylights, Solar Systems 21 51. Special Coatings or Applications, Caulking, Waterproofing 52. Steel, Alloy, Ornamental, Metal Fabrication, Welding 53. Substations 54. Swimming Pools, Spas 55. Tennis Courts 56. Tile, Terrazzo, Marble 57. Stack Construction 58. Underground Storage Tanks 59. Water & Sewer Plants, Sewer Disposals (5) LIGHT BUILDING This Classification Includes All Of The Specialty Classes That Are Listed Under The Building Classification. However, Contractors Holding A Light Building Classification Are Limited As Follows: Light Building construction is construction, alternations or repairs of commercial projects for which the cost of materials and labor does not exceed Five Hundred Thousand Dollars ($500,000.00) in any project and the structure does not exceed two stories in height. Nonstructural alterations and repairs of existing buildings exceeding two stories in height are considered to be Light Building construction if the overall cost of the project does not exceed Five Hundred Thousand Dollars ($500,000.00) including materials and Labor. (6) MECHANICAL CONTRACTING This Classification Includes All Of The Specialty Classes Below: NOTE: Trade Licenses required to obtain this classification are: a. Arkansas Master Plumber b. Arkansas Class A or B HVACR. 1. Boiler Construction & Repair 2. Sprinklers, Fire Protection 3. Heating, Ventilation, Air Conditioning, Refrigeration 4. Plumbing 5. Pneumatic Tube Systems 6. Pollution, Air & Dust Control, Blower & Exhaust Systems 7. Piping, Process Piping, Valve Repair 8. Sheet Metal, Duct 9. Control Systems & Instrumentation 10. Temperature Controls (Pneumatic) (7) ELECTRICAL CONTRACTING This Classification Includes All Of The Specialty Classes Below: NOTE: Trade License required to obtain this classification is: a. Arkansas Master Electrician. 1. Cable Television Lines (Above and Below Ground) 2. Communication, Computer & Sound Systems, Cabling 3. Electrical Signs 4. Electrical Temperature Controls Systems Oda 5. Electrical Transmission Lines 6. Electrical Work for Buildings and Structures 7. Control Systems & Instrumentation 8. Signal or Burglar Alarms, Fire Detection & Monitoring Systems 9. Substations 10. Communication Lines & Ducts 11. Underground Conduit Installation (8) SPECIALTIES (Specific) A Contractor May Obtain Any Sub -Classification As A Specialty By Request And Proper Qualifications Shown. (Example: Base & Paving, Plumbing, Drywall, Insulation, etc.) The Complete List Of Those Sub -Classifications Is: SPECIALTIES Above Ground Tanks Asbestos (Certificate Needed) Awnings & Canopies Base & Paving a. Base Construction b. Hot & Cold Mixes c. Surface Treatment d. Asphalt e. Concrete Paving Blinds, Curtains, Draperies, Theatrical Boiler Construction & Repair (License Needed) Bulk Storage Facilities Cable Television Lines (Above and Below Ground) Car Washes Carpentry, Framing, Millwork, Cabinets Ceilings, Wall Systems, Acoustical Treatments Chemical Resistant Tile & Brick Chimneys, Fireplaces Cofferdams, Dikes, Levees, Canals Communication, Computer or Sound Systems, Cabling Concrete Control Systems & Instrumentation Conveyors, Material Handling Systems, Cranes Cooling Towers Demolition, Blasting Dredging Drywall Electrical Transmission Lines Elevators, Escalators, Dumbwaiters, Chairlifts Energy & Chemical Pipelines Energy Management, Retrofit Systems Environmental General Erosion Control Excavation Factory Trained Medical Equipment Technician (Certificate Needed) (exemption from Electrical Board required) 23 Fencing, Gates Fiberglass Fireproofing Floors, Floor Covering Foundation Construction or Drilling, Pile Driving, Stabilization Furnaces, Fuel Burning or Heat Transfer Equipment, Stokers, Refractories Furniture, Recreational and/or Playground Equipment, Bleachers, Seating, Partitions Gas Fitter (License needed) Generators, Turbines Glass, Glazing, Doors, Windows, Hardware, Storefronts Golf Cart & Foot Bridges & Paths Golf Courses Grading & Drainage (Includes Grading, Drainage, Pipe & Structures, Culverts, Clearing, Grubbing & Rip Rap) Grain Bins Greenhouses Heating, Ventilation, Air Conditioning, Refrigeration (HVACR class A or B) HRA Miscellaneous & Specialty Items a. Traffic Safety 1. Pavement Markers 2. Signaling 3. Guardrails & Fencing 4. Attenuators, Signalization & Roadway Lighting b. Landscaping 1. Seeding 2. Sodding 3. Planting 4. Chemical weed & brush control c. Pavement Rehabilitation 1. Pressure grouting 2. Grinding & grooving 3. Concrete joints 4. Underdrains d. Miscellaneous Concrete 1. Sidewalks 2. Driveways 3. Curb & gutter 4. Box culverts Hydraulics Incinerator & Stack Construction Indoor/Outdoor Advertising Institutional & Kitchen Equipment Insulation Interior Work Kilns, Drying Systems Landfills Landscaping, Irrigation, Lawn Sprinklers, Streams Landscaping with Planting (License Needed) Lathe, Plaster, Stucco, Dryvit, EIFS Lead Abatement (Certificate Needed) Lift Stations, Pumps Lightning Protection Liners Marine Docks Masonry Mausoleums Medical Shielded Enclosures Metal Building Erection Metal Studs, Walls Microwave Systems, Towers, Satellite Dishes Millwright Oil & Gas Field Construction, Rigging Overhead Doors & Dock Equipment Paint Booths Painting, Wallcovering Passenger Board Bridges Piping, Process Piping, Valve Repair Plant Maintenance Plating & Waste Treatment Systems Plumbing (License Needed) Pneumatic Tube Systems Pollution, Air & Dust Control, Blower & Exhaust Systems Poultry & Swine Houses Poultry HVACR Precipitators Railroad Construction & Related Items Rebar Refrigeration, Cold Storage (Certificate Needed) Remediation Remodeling, Renovations, Restoration, Alterations Retaining Walls Right of Way Clearing Roofing, Roof Decks Sandblasting, Hydroblasting Scaffolding Scales Security, Banking, Detention Equipment (Bars & safety no certificate needed) Service Station Equipment Sheet Metal, Ducts Siding, Soffit, Facia, Gutters Signal or Burglar Alarms, Fire Detection & Monitoring Systems (Certificates Needed) Skylights, Solar Systems Special Coatings or Applications, Caulking, Waterproofing Sport & Recreational Surfaces Sprinklers, Fire Protection Steel, Alloy, Ornamental, Metal Fabrication, Welding Substations Swimming Pools, Spas Temperature Controls (Electric) Temperature Controls (Pneumatic) 25 Testing, Balancing Tile, Terrazzo, Marble Tuckpointing Tunnels, Shafts Underground Piping, Cable, Trenching, Boring Underground Storage Tanks (Certificate Needed) Water Wells (Water well License required) 224-25-6 FINANCIAL REQUIREMENTS (a) New Applications: All new applications must contain an audited financial statement, less than one year old and prepared in accordance with GAAP guidelines, of the company, and an audited Opinion Letter from an Independent CPA or RPA. Any application submitted as an individual or partnership must also be accompanied by an unaudited financial statement of the individual or partners. This is not in lieu of the audited statement of the company but in addition to. (b) All renewal applications must contain an audited or reviewed financial statement and an Audit Opinion or Review Report from an Independent CPA or RPA. (c) Minimum Business Related Net Worth (new and renewal applications). Minimum Business Related Net Worth for Classification(s) Requested: (Property not used for Business purposes is not acceptable.) New applicants must have one half (1/2) of the minimum Net Worth requirement in cash. HEAVY $50,000 HIGHWAY, RAILROAD, AIRPORT 50,000 MUNICIPAL & UTILITY 50,000 BUILDING 50,000 LIGHT BUILDING 20,000 MECHANICAL 20,000 ELECTRICAL 20,000 SPECIALTY 5,000 (d) Working Capital will also be reviewed and considered in determining whether to issue a new or renewal license. (e) If the Board determines that the financial information provided by an applicant for a renewal license does not satisfy the financial requirements, the Board may, at its option, deny the application or place the application in Improve status. An applicant who is placed in Improve status will have its license extended thirty (30) days, pending further information being provided and/or changes being made by the applicant to resolve any difficulties. The license is effective only until the next regular meeting of the Board and will expire at the next regular meeting unless further action is taken by the Board. 224-25-7 BIDDING & CLASSIFICATION (a) It shall be permissible for any city, municipality, sewer or water district, or other political corporation to accept bids from unlicensed contractors for projects involving federal funds specifically designated for the project in question, provided, however, no contractor 26 shall submit a bid prior to submitting application for licensure, and that no construction contract shall be executed until the successful bidder has furnished an appropriate license issued by the Contractors Licensing Board. (b) Any project being advertised for bid in the State of Arkansas for construction, erection, alteration, or repair of any building or any other structure, must be bid by a prime contractor. However, if the Electrical and Mechanical classification, considered together, or any other specialty, considered by itself, should constitute 80% or more of the total project, the holder of that classification may bid as a prime contractor on the project. A prime Contractor accepts full responsibility for any project except as may be written in the contract with owner. (c) A Contractor holding a Building classification cannot list itself as Electrical and Mechanical subcontractors unless these classifications have been properly issued by the Contractors Licensing Board and they appear on the current license held by the contractor. (d) The listing of any classification or sub -classification on a license certificate authorizes the performance of work falling within that field or of any field so closely related that the skill required for the specified field would also apply. It is not intended for these classifications to be restrictive beyond the point of safeguarding the public interest in requiring Contractors to supply the skills necessary to perform the work under contract. (e) A Contractor holding the Building classification may enter into general contracts for building construction including all specialty items required in the contract to make the building usable for the purpose intended and may perform these items with his own forces, if qualified, or may sublet such work to qualified specialty contractors skilled in the particular fields involved. It is the specific responsibility of the general contractor to furnish the skills required for the proper performance of all the work included in the contract. (f) The Contractors Licensing Board may delegate the authority to the Administrator for necessary changes, such as suggested bid limit, name changes, added classification(s), etc., provided, however, proper information to support such change be submitted to the office for placement in file. Any such change will be presented for Board review at its next regular meeting. 224-25-8 COMPLAINTS & INVESTIGATIONS (a) The purpose of the complaints procedure is to effectively deal with issues effecting the licensure of Contractors. The complaints procedure is not intended to function as a dispute resolution process or a code enforcement process. Any complaint registered with the Contractors Licensing Board of alleged violations must be submitted in writing with proper information to identify job site, owner if possible, any name and phone numbers of individuals and any other information that may tend to be useful in the investigation. The Complainant must furnish his/their name, address and phone number in order to obtain any other information that may be necessary for proper investigation. A written response will be made to a Complainant when investigation is closed if so requested in writing. (b) A contractor who is licensed shall cooperate with any investigation and provide the Board with all relevant information requested by the Board. The failure to cooperate or to timely provide the Board with relevant information as requested may constitute misconduct 27 in the conduct of the contractors business and may subject the contractor to the revocation of the contractors license. (c) The Contractors Licensing Board may delegate to the administrator/investigator the authority to obtain contractor compliance as may be necessary. The administrator/investigator will conduct all investigations in such a manner that would be complimentary to the Licensing Law for Contractors. (d) Any application being denied because of a violation of Ark. Code Ann. § 17-25-101 et seq. shall become invalid and a new application must be submitted and the thirty (30) day waiting period shall begin anew upon being received in the office of the Contractors Licensing Board. 224-25-9 HEARINGS & APPEALS (a) All hearings and appeals of decisions of the Contractors Licensing Board will be held in accordance with the Arkansas Administrative Procedure Act, Ark. Code Ann. § 25- 15-201 et. seq. (b) Appeals from decisions of the Residential Building Contractors Committee. (1) Appeals from decisions of the Residential Building Contractors Committee to the Board shall be in writing and filed with the Board within 10 calendar days of the date the decision was served upon the respondent. (2) A transcript of the original hearing(s) will be ordered and filed with the Board. A copy of the transcript will be provided to the respondent upon request. In the event the Board affirms or modifies, but does not reverse the decision of the Committee, the respondent will be responsible for the cost of the appeal. Said cost includes, but is not limited to, the cost of the transcript. Said costs are in addition to any civil penalties or other sanction imposed. (3) The Board will review the decision of the Committee and hear arguments from the respondent for respondent's counsel and from the counsel for the Committee. No new or additional evidence will be taken. (4) The Board may affirm, reverse or modify the decision of the Committee. (c) Payment of civil penalties. All civil penalties assessed by the Board are required to be paid within 20 days of the date of the hearing. Any civil penalty suspended in whole or in part by the Board shall be suspended upon any condition specifically stated by the Board and upon the condition the civil penalty is paid within 20 days of the date of the hearing. In the event the civil penalty is not paid within 20 days of the date of the hearing, any amount suspended shall be reinstated and shall become due and payable without any further action of the Board being required. 224-25-10 DEADLINES For any deadline that occurs on a Saturday, Sunday or holiday proclaimed by the State of Arkansas, the time to complete that event shall be extended until the next business day. W 224-25-11 BONDS All bonds required to be filed with the Board pursuant to Ark. Code Ann. § 17-25-401 et seq. shall be made by surety companies which have qualified and are authorized to do business in the State of Arkansas. The bonds shall be executed by a resident or nonresident agent, broker or producer licensed by the Arkansas Insurance Commissioner to represent the surety company executing the bond and shall file with the bond the agent's, broker's or producer's power of attorney to demonstrate his authority. 224-25-12 DEFINITIONS (a) Ownership: When the terms His own or Its own property is used in the contractors licensing law, it shall mean sole and exclusive right to sell or convey the property. (b) Single-family residences: Single-family residence, as referred to in Arkansas Code Ann. § 17-25-101, as amended, means any project consisting of one but not more than four units constructed for residential occupancy, any project consisting of five or more units is considered multi -family housing. (c) Qualifying party: A person who has passed the appropriate business and law or trade examination. To act as a "qualifying party' a person must be either: (1) a sole owner; (2) a partner of the partnership; (3) an officer of the corporation who is actively engaged in the day to day activities of the company; (4) a member of the Limited Liability Company who is actively engaged in the day to day activities of the company; (5) a partner of the Limited Liability Partnership who is actively engaged in the day to day activities of the company; or (6) a full time employee. (d) Full time employee: A person who is an actual employee of the business, not an independent contractor. The person must work, on average, 30 or more hours a week for the business (1500 hours per year), must not be paid as an independent contractor (not receive a "1099" for his earnings but receive a "W-2" for his earnings).' A full time employee is not someone who is hired "job to job" as needed. Other factors to be considered in making this determination include, but are not limited to: whether the business pays for workman's compensation insurance on the individual, whether the business pays payroll taxes on the individual, the amount of control the business has over the activities of the individual, the ownership of the tools used by the individual and, whether the individual maintains his own business separate from the business in question. (e) Construction Management: A process of professional management applied to a construction program, generally from start to finish, for the purpose of controlling time, cost, and quality. Usually the construction management organization links itself to the owner as an agent and thereby places itself in a fiduciary relationship with the owner. Construction management offers a broad range of services encompassing the planning, procurement, construction, and warranty phases of a project. In this relationship, the construction manager can properly represent the owner both to the design professional and to the contractors . 29 DISCLAIMER: Every effort is made to ensure the accuracy of the information contained within this pamphlet. However, due to the possibility of typographical errors and printing errors, the Arkansas Contractors Licensing Board can not guarantee the accuracy of this information. If you have a question about any of the information contained herein, or would like more complete information, please call the Arkansas Contractors Licensing Board at 501-372-4661 30 SSHE CITY OF FAYETTEVILLE, ARKANSAS UTILITIES DEPARTMENT Lj- SO 113 West Mountain Fayetteville, AR 7270701 P (479) 575-8330 F (479) 575-8257 April 20, 2010 Mr. Don Nason C B & I Inc. 3600 Mansell Rd, Ste 230 Alpharetta, GA 30022 Re: Notice to Proceed: Canterbury Water Tower Construction Dear Mr. Nason, This is the official Notice to Proceed for Canterbury Water Tower construction, in accordance- with your bid and the agreement between your firm and the City of Fayetteville. The Contract Time(s) will commence on April21, 2010. By that date, you are to start performing your obligations under the Contract Documents. In accordance with the Agreement between Owner and Contractor,the date of Substantial Completion is April 16, 2011 and Final Completion is May 16, 2011. Before you may start any work at the Site, the General Conditions provide that you and Owner must each deliver to the other, (with copies to Engineer and other identified additional insured's) certificates of insurance, which each is required to purchase and maintain in accordance with the Contract Documents. Also, before you may start any work at the Site, you must submit the following: • A 100% performance and payment bond. • Preliminary construction progress schedule. • Preliminary schedule of Submittals. • Preliminary schedule of values. • Satisfactory evidence of insurance in accordance with the requirements of the General Conditions. The insurance agent shall be licensed in the State of Arkansas. We look forward to working with you on this project. Please call me at 444-3452 if you have any questions. Sincerely, City of ayetteville, Arkansas Shannon Jone .E. Utilities Enginner Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 CanterburyTank NTP 20Aprl0.doc • •THE CITY OF FAYETTEVILLE, ARKANSAS ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed for the City of Fayetteville Canterbury Water Tower Construction is hereby acknowledged by this 7o t tN%. day of t6Qo► 1. , 2010. Title Szi,.iess 4/®L O? l C cc: McClelland Consulting Engineers Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 CanterburyTank NTP 20Apr]0.doc PAYMENT BOND S Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): CB&I Inc. 3600 Mansell Road, Suite 230 Alpharetta, GA 30022 OWNER (Name and Address): City of Fayetteville 113 West Mountain Fayetteville, Mt 72701 CONTRACT SURETY (Name, andAddxess of Principal Place of Business): Westchester Fire Insurance Company 436 Walnut Street Philadelphia, PA 19106 Effective Date of Agreement: Amount: $1,551,000.00 Description (Name and Location): Canterbury Road 500,000 Gallon Elevated Water Storage Tank BOND Bond Number. K08407587 Date (Not earlier than Effective Date of Agreement): Amount: $1,551,000.00 Modifications to this Bond Form: None Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Payment Bond to be duly executed by an authorized officer, agent, or representative. SURETY CB&I Inc. (Seal) Westchester Fire Insurance Company (Seal) Con tot's e and Corpozfl eal Surety's Name and Corporate Seal By: 4 By: Q1`LCt' TI rJ Signature Signature (Attach Power of Attorney) Donald 0. Nason Margaret Buboltz Print Name Print Name Business Development Manager Attorney -in -Fact Title Title (See Attached Certification of Attest: Resolution and Authoritorit > Attest: (� (AO Signature Ronald C. Geedman Signature Lisa A. Ward Corporate Secretary Title Witness as to Surety Title COUNTERSIGNED: ARKAII S NRESI AGENT By: Note: Provide execution by additional parties, such as joint venturers, if necessary. Michael J. Herrod AR License *35990 {MW001504;1} EJCDC C -615(A) Payment Bond March 2008 Prepared by the Engineers Joint Contract Documents Committee. Page tot 3 FY042150 Canterbury Road Tank Section 00600-2-1 1. Coritractof and Surety, join; and severally, bind themselves, their, executors, administrators, successors, and assigns to Owner to pay for labor, materials, and equipment furnished by Claimants for use in the performance of the Contract, which is incorporated herein by reference. 2. With respect to Owner, this obligation shall be null and void if Contractor.. 2.1 Promptly makes payment; directly or indirectly, for all sums due -Claimants, and - 2.2 Defends, indemnifies, and holds harmless Owner from all claims, demands, liens, or suits alleging non-payment by Contractor by any person or entity who furnished labor, materials, or equipment for use in the performance of the Contract, provided Owner has promptly notified Contractor and Surety (at the addresses described in Paragraph 12) of any claims, demands, liens, or suits and tendered defense of such claims, demands, liens, or suits to Contractor and Surety, and provided there is no Owner Default. 3. With respect to Claimants, this obligation shall be null and void if Contractor promptly makes payment, directly or indirectly, for all sums due. 4. Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with Contractor have given notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with Contractor: 1. Have furnished written notice to Contractor and sent a copy, or notice thereof, to Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials or equipment were furnished or supplied, or for whom the labor was done or performed; and 2. Have, either received a rejection in whole or in part from Contractor, or not received within 30 days of fiunishing the above notice any communication from Contractor by which Contractor had indicated the claim will be paid directly or indirectly; and 3. Not having been paid within the above 30 days, have sent a written notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to Contractor. 5. If a notice by a Claimant required by Paragraph 4 is provided by Owner to Contractor or to Surety, that is sufficient compliance. 6. Reserved. 7. Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by Surety. 8. Amounts owed by Owner to Contractor under the Contract shall be used for the performance of the Contract and to satisfy claims, if any, under any performance bond. By Contractor furnishing and Owner accepting this Bond, they agree, that all fiords earned by Contractor in the performance of the Contract are dedicated to satisfy obligations of Contractor and Surety under this Bond, subject to Owner's priority to use the funds for the completion of the Work. 9. Surety shall not be liable to Owner, Claimants, or others for obligations of Contractor that are unrelated to the Contract. Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. (MW001504;1) EJCDC C -615(A) Payment Bond March 200E Prepared by the Engineers Joint Contract Documents Committee. Page 2o13 3 FY042 150 Canterbury Road Tank Section 00600.2-2 10. Surety .hereby waives notice of J change, including changes of time, to* Contract or to related subcontracts, purchase orders, and other obligations. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the Work or part of the Work is located or after the expiration o€one year from the date (1) on which the Claimant gave the notice required by -Paragraph 4.1 or Paragraph 4,2.3, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimunt period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the addresses shown on the signature page. Actual receipt of notice by Surety, Owner, or Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory Bond and not as a common law bond. 14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15. Definitions 15.1 Claimant: An individual or entity having a direct contract with Contractor, or with a first -tier subcontractor of Contractor, to furnish labor, materials, or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental equipment used in the Contract, architectural and engineering services required for performance of the Work of Contractor and Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials, or equipment were furnished. 15.2 Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract, or to perform and complete or otherwise comply with the other terms thereof. FOR INFORMATION ONLY — (Name, Address, and Telephone) Surety Agency or Broker:Aon Risk Services Southwest, Inc., 1330 Post Oak Blvd., #900 Houston, TX 77056 Ph: t832) 476-6000 Owner's Representative (Engineer or other): 1 (MW001504;I) EJCDC C -615(A) Payment Bond March 2008 Prepared by the Engineers Joint Contract Documents Committee. Page 3 of 3 FYo42150 Canterbury Road Tank Section 00600-2-3 State of Arkansas Arkansas Insurance Department IS LICENSED TO ENGAGE IN THE BUS SUBJECT TO APPLICABLE LAWS AND GlI JJYYV� Mike Beebe Governor IN THE CAPACITY STATED BELOW, ay Brad ord Insurance Commissioner State of Arkansas Arkansas Insurance Department Mike Beebe, Governor Jay Bradford, Insurance Commissioner State of Arkansas Arkansas} flfe; \\epartment r� , HERROD,=MICHAEk JQIBV ' is licensed to engage[n. the,business;Uo \insulapce in the State of ' Arkansas in the ca{Iaci stated belowsublecf•to•applicable laws and rules. L SENUMBER35990\ \, LICENS'r '`-itEFFECTIVE DATE ii IS '"Z4c frNon-Resid t ucer.Ageut� 1-,--� 017268010 • OUAI IFICI►TONS• .;n EXPIRATION DATE CAS, P� � �� ��•W;01858011 Mike Beebe Jay Bradtbrd Governor Insurance Comissioner • THE BACK OF THIS DOCUMENT LISTS VARIOUS SECURITY FEATURES •THAT WILL PROTECT AGAINST COPY COUNTERFEIT AND ALTERATION. CERTIFICATION OF RESOLUTION AND AUTHORITY 1, Ronald C. Geedman, do hereby certify that I am the duly -elected and acting Assistant Secretary of CB&l Inc. (a/k/a CB&I Constructors, Inc. or CB&I Constructors or CB&I Inc.,of Texas), a Texas corporation, (the "Company") and that as such officer I am duly authorized to make this certificate in behalf of that Company. I further certify that by consent in lieu of a meeting dated March 6, 2001, as authorized by Texas law, the Board of Directors of said Company adopted the following resolution in accordance with the By-laws of said Company: RESOLVED, that the President, any Vice -President, the Treasurer, or any regional sales manager, contracting manager, regional construction manager, manufacturing manager, project manager or business development manager heretofore or hereafter appointed by the Company or any other sales representative as may from time to time be designated by any one of the President, any Vice -President or the Treasurer, is authorized to make bids, prepare quotations and submit and receive proposals for contracts; to negotiate and sign contracts and other agreements, bid bonds, performance bonds, and other related documents; and to otherwise bind and obligate the Company in the conduct of its normal business. I further certify that the foregoing resolution is in full force and effect and that Donald O. Nason is a duly designated and authorized Business Development Manager of the Company. This certificate shall remain in full force and effect for ninety days from the date it bears, unless sooner revoked, but no such revocation shall be effective as to anyone dealing with any individual named in this certificate in reliance hereon unless written notice of such revocation has been received by the person so relying on this certificate. IN WITNESS WHEREOF, I have hereonto set my hand and the seal of CB&I Inc., this __= day of , 20 1O . CB&I Inc. ACOR0® CERTIFICATE OF LIABILITY INSURANCnot 1 J DATE4/2n66/2o100vvr) PRODUCER Lockton Companies, LLC-I Kansas City THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 444 W. 47th Street, Suite 900 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Kansas City MO 64112-1906 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. (816)960-9000 INSURERS AFFORDING COVERAGE INSURED CITY OF FAYETTEVILLE INSURER A: 1327608 113 WEST MOUNTAIN INSURER B: FAYETTEVILLE AR 72701 INSURER C: INSURER 0: 'aidTJ y-7-TN1�YII1D-TOM •US 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 &DD'L NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MMIDDIYYYY POLICY EXPIRATION DATE MMIDDlYYYY ) LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE O OCCUR OWNER'S & CONTRAcTOF OCP5848427 6/1/2010 7/30/2011 EACH OCCURRENCE 2000000 PREMISES Ea occurrence $ XXXXXXX MED EXP (My one person) $ XXXXXXX PERSONAL & ADV INJURY $ XXXXXXX X PROTECTIVE GENERALAGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRI LOC PRODUCTS-COMP/OPAGG $ XXXXXXX AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS NOT APPLICABLE COMBINED SINGLE LIMIT (Ea accident) $ xxxxxxx BODILY INJURY (Per person) $ xxxxxxx BODILY INJURY (Per accident) $ XXXXXXX PROPERTY DAMAGE (Per accident) $ XXXXXXX GARAGE LIABILITY ANY AUTO. NOT APPLICABLE AUTO ONLY - EA ACCIDENT $ XXXXXXX OTHER THAN EAACC AUTO ONLY: AGG $ XXXXXXX $ XXXXXXX EXCESS I UMBRELLA LIABILITY OCCUR CLAIMS MADE UMBRELLA DEDUCTIBLE FORM RETENTION $ NOT APPLICABLE EACH OCCURRENCE $ XXXXXXX AGGREGATE $ XXXXXXX $ XXXXXXX $ XXXXXXX $ XXXXXXX WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) Ir yes, describe under SPECIAL PROVISIONS below NOT APPLICABLE WC STATU- I T RY LIMITS I OTH- E E.L. EACH ACCIDENT $ XXXXXXX E.L. DISEASE - EA EMPLOYE $ XXXXXXX E.L. DISEASE - POLICY LIMIT $ XXXXXXX OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE: CANTERBURY ROAD 500,000 GALLON WATERSPHEROID ELEVATED WATER STORAGE TANK. MCCLLELLAND CONSULTING ENGINEERS, INC. IS AN ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT. 10855114 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF FAYETTEVILLE DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN 113 WEST MOUNTAIN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SHALL FAYETTEVILLE AR 72701 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHOR PRESENTATIVE atPACORD 25 (2009/01) ® 1988.20 A RD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD For questions rp.Ning Nb wnshe t, contact the nwnbr IICIM in the'Producer' wcdon .hove sad swe y the client core THRROY. I CERTIFICATE OF LIABILITY INSURA Lockton Companies, LLC-I Kansas City 444 W. 47th Street, Suite 900 Kansas City M0641 12-1906 (816) 960-9000 INSURERS AFFORDING COVERAGE INSURED CB & I INC. INSURER A 1315438 A SUBSIDIARY OF CHICAGO BRIDGE & IRON COMPANY INC. INSURER e: 2103 RESEARCH FOREST DRIVE INSURER C: THE WOODLANDS TX 77380 INSURER D: CnVOOAr]FR CMIRR09 PR DATE (MWDDNYYY) 4/1512010 INFORMATION CERTIFICATE ). EXTEND OR 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 WDt NSRt TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMVDflYYfl POLICY EXPIRATION DATE MMIDD UNITS GENERAL LIABILITY EACH OCCURRENCE 1,000,000 DAMAGE TO RENTED MI «alrence $ 1,000,000 A X COMMERCIAL GENERAL LIFBRm GLO4895053-05 4/1/2010 4/1/2011 CLAIMS MADE O OCCUR MED EXP(Any one parson) $ 25,000 PERSONAL & ADV INJURY $ 2,000,000 X BROAD FORM PD GENERAL AGGREGATE $ 2,000,000 X CONT. LIAR & XCU PRODUCTS -COMPIOP AGO $ 2,000,000 GENL AGGREGATE LIMIT APPLIES PER: POLICY IXI& LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMB $ 1,000,000 A X ANY AUTO BAP 4895052-05 4/1/2010 4/112011 (Ee event) ALL OWNED AUTOS BODILY INJURY $ XXXXXXX SCHEDULED AUTOS (Per person) BODILYINJURY $' XXXXXXX X HIRED AUTOS X NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ XXXXXXX (Per accident) GARAGE LIABILITY AUTO ONLY- EA ACCIDENT $ XXXXXXX OTHERTHAN EA ACC $ XXXXXXX ANY AUTO NOT APPLICABLE $ XXXXXXX AUTO ONLY: AGO EXCESS I UMBRELLA LIABILITY EACH OCCURRENCE $ 2,000,000 B X OCCUR ❑ CLAIMS MADE AUC 9383497-01 4/1/2010 4/112011 AGGREGATE $ 2000000 S XXXX7�XX UMBRELLA X DEDUCTIBLE O FORM $ XXXXXXX RETENTION $ $ XXXXXXX WORKERS COMPENSATION X WC STATU- IM OTH- E A AND EMPLOYERS' LIABILIY YIN WC4895049-06(AOS) 4/1/2010 4/1/2011 A ANYPROPRIETORIPARTNERJEXECUTIVE WC 5848432-01 (WI) 4/1/2010 4/1/2011 E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 A OFRCERRAEMBER EXCLUDED? N ❑ (Mendetory In NH) WC 5848433-01 (AR&MA) 4/1/2010 4/1/2011 E.L. m5EA5E-POLICY LIMIT $ 1,000,000 A svec des aovunder�s below INCL. STOP GAP OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES!EXCLUSIONS EXCLUSIONS ADDED BY ENDORSEMENT! SPECIAL PROVISIONS RE: CANTERBURY ROAD 500,000 GALLON WATERSPHEROID ELEVATED WATER STORAGE TANK. MCCLLELLAND CONSULTING ENGINEERS, INC. AND THE CITY OF FAYETTEVILLE ARE ADDITIONAL INSUREDS AS RESPECTS GENERAL LIABILITY AS REQUIRED BY WRITTEN CONTRACT. 10855119 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF FAYETTEVILLE DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN 113 WEST MOUNTAIN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DOSO SHALL FAYETTEVILLE AR 72701 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR REPRESENTATIVES. AUTHOR PRESENTATIVE ACORD 25 (2009101) ® 1988-20WA RD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD For ewNone no.NNo this wntlicalc, contact the numbr new In M. Tmduar "Won above and ape" the ci.nt cWc CHIBROY. 4 ACORDWI CERTIFICATE OF PRO PERTY, IN`$;UiRAN0E i - DAT6IMM/OD YYI, PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Marsh USA Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1000 Main Street, Suite 3000 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Houston, TX 77002 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY 016733 -CBI -B/R -10-11 A ACE American Insurance Company INSURED COMPANY CB&I Inc. B A Subsidiary of Chicago Bridge & Iron Co. 2103 Research Forest Drive COMPANY The Woodlands, TX 77380 C COMPANY D THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES. DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE IMMIDDIYY) POLICY EXPIRATION DATE IMMIDDNY) COVERED PROPERTY LIMITS PROPERTY BUILDING $ CAUSES $ OF LOSS PERSONAL PROPERTY BASIC BUSINESS INCOME $ $ BROAD EXTRA EXPENSE $ SPECIAL BLANKET BUILDING $ E RTHOUAKE BLANKET PERS PROP FLOOD BLANKET BLDG & PP $ $ A X INLAND MARINE PGL N05087247 02/01/10 08/01/11 X Water Projects $ 10.000,00C $ TYPE OF POLICY Only BUILDERS RISK $ CAUSES OF LOSS $ NAMED PERILS $ OTHER CRIME $ TYPE OF POLICY BOILER & MACHINERY $ OTHER CB&I Contract No: 152289, Contract Value: $1,551,000 Pro act Location: Fayetteville, AR Pro ect Decriptlon: Canterbury, Road 500,000 Gallon Waterspheroid Elevated Water Storage Tank. SPECIAL C 0NDITIONSIOTHER COVERAGES Certificate Holder and McClelland Consulting Engioneers, Inc. are shown as Additional insured when required by written contract. Loss Payee is included as their Interest may appear. "CERTIFICATE',HOLDER HOU-001423390-01 `CANCELLATION '�''' �•. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE INSURANCE COMPANY WILL ENDEAVOR TO MAIL City of Fayetteville 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Attn: Shannon Jones 113 West Mountain BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LUBILITY OF Fayetteville, AR 72701 ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE oIMSnh USA Inc. BY Freeman M. Wade fIWA'S 11. ftIsb — >AGORD 24&(,1796) =.: „ACORD�CORPuOReAL14N 1996 *PERFORMANCE BOND Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. ._CONTRACTOR (Name and Address): CB&I Inc. 3600 Mansell Road, Suite 230 Alpharetta, GA 30022 OWNER (Name and Address): City of Fayetteville 113 West Mountain Fayetteville, AR 72701 CONTRACT Effective Date of Agreement: Amount: $1,551,000.00 Description (Name and Location): SURETY (Name, and Address of Principal Place ofBusiness): Westchester Fire Insurance Company 436 Walnut Street Philadelphia, PA 19106 Canterbury Road 500,000 Gallon Elevated Water Storage Tank BOND Bond Number. K08407587 Date (Not earlier than Effective Date of Agreement): Amount: $1,551,000.00 Modifications to this Bond Form: None Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Performance Bond to be duly executed by an authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL SURETY B&I Inc. (Seal) Westchester Fire Insurance Company (Seal) Contrac e and Corporate Se �� n, Surety's Name and Corporate Seal By/'QQiL £I4Dr`" By: Signature ignature ( ttach Power of Attome ) Donald 0. Nason Print Name Business Development Manager Title (See Attached Certification of Attest: Resolution and Authority) Signature Ronald C. Geedman Assistant Secretary Margaret Buboltz Print Name Attorney -in -Fact Title Attest: NZ� CL L&1& Signature Lisa A. Ward Witness as to Surety TitleCOUNTERSIGNED: AR1' AS J4ONRIT AGENJ Note: Provide execution by additional parties, such as joint venturers, if necessar3Y ichaei'r Michaelerrod AR License #35990 EJCDC C-610 Performance Bond Prepared by the Engineers Joint Contract Documents Committee. Page I of 3 FYG42150 Canterbury Road Tank Section 00600 -I -I Contractor and Surety, jointlnd severally, bind themselves, their�rs, executors, administrators, successors, and assigns to Owner for the performance of the Contract, which is incorporated herein by reference. 1. If Contractor performs the Contract, Surety and Contractor have no obligatiptn under this Bond, except to participate in conferences as provided in Paragraph 2.1. _ - 2. If there is no Owner Default, Surety's obligation under this Bond shall arise after: 2.1 Owner has notified Contractor and Surety, at the addresses described in Paragraph 9 below, that Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with Contractor and Surety to be held not later than 15 days after receipt of such notice to discuss methods of performing the Contract. If Owner, Contractor, and Surety agree, Contractor shall be allowed a reasonable time to perform the Contract, but such an agreement shall not waive Owner's right, if any, subsequently to declare a Contractor Default; and 2.2 Owner has declared a Contractor Default and formally terminated Contractor's right to complete the Contract. Such Contractor Default shall not be declared earlier than 20 days after Contractor and Surety have received notice as provided in Paragraph 2.1; and 2.3 Owner has agreed to pay the Balance of the Contract Price to: 1. Surety in accordance with the terms of the Contract; or 2. Another contractor selected pursuant to Paragraph 3.3 to perform the Contract. 3. When Owner has satisfied the conditions of Paragraph 2, Surety shall promptly, and at Surety's expense, take one of the following actions: 3.1 Arrange for Contractor, with consent of Owner, to perform and complete the Contract; or 3.2 Undertake to perform and complete the Contract itself, through its agents or through independent contractors; or 3.3 Obtain bids or negotiated proposals from qualified contractors acceptable to Owner for a contract for performance and completion of the Contract, arrange for a contract to be prepared for execution by Owner and contractor selected with Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Contract, and pay to Owner the amount of damages as described in Paragraph 5 in excess of the Balance of the Contract Price incurred by Owner resulting from Contractor Default; or 3.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable promptness under the circumstances: 1. After investigation, determine the amount for which it may be liable to Owner and, as soon as practicable after the amount is determined, tender payment therefor to Owner; or 2. Deny liability in whole or in part and notify Owner citing reasons therefor. 4. If Surety does not proceed as provided in Paragraph 3 with reasonable promptness, Surety shall be deemed to be in default on this Bond 15 days after receipt of an additional written notice from Owner to Surety demanding that Surety perform its obligations under this Bond, and Owner shall be entitled to enforce any remedy available to Owner. If Surety proceeds as provided in Paragraph 3.4, and Owner refuses the payment tendered or Surety has denied liability, in whole or in part, without further notice Owner shall be entitled to enforce any remedy available to Owner. . 5. After Owner has terminated Contractor's right to complete the Contract, and if Surety elects to act under Paragraph 3.1, 3.2, or 3.3 above, then the responsibilities of Surety to Owner shall not be greater than those of Contractor under the Contract, and the responsibilities of Owner to Surety shall not be greater than those of Owner under the Contract. To the limit of the amount of this Bond, but subject to commitment by Owner of the Balance of the Contract Price to mitigation of costs and damages on the Contract, Surety is obligated without duplication for: EJCDC 0610 Performance Bond Prepared by the Engineers Joint Contract Documents Committee. Pape 2 of 3 FY042150 Canterbu y Road Tank Section00600-I.2 5.1 The responsibilities of Contractor for correction of defective Work and completion of the Contract; 5.2 Additional legal, design professional, and delay costs resulting from Contractor's Default, and resulting from the actions of or failure to act of Surety under Paragraph 3; and 5.3 Liquidated damages, or if ho liquidated damages are specified in the Contract; actual damages caused by delayed performance or non-j�erformance of Contractor. 6. Surety shall not be liable to Owner or others for obligations of Contractor that are unrelated to the Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than Owner or its heirs, executors, administrators, or successors. 7. Surety hereby waives notice of any change, including changes of time, to Contract or to related subcontracts, purchase orders, and other obligations. 8. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the Work or part of the Work is located, and shall be instituted within two years after Contractor Default or within two years after Contractor ceased working or within two years after Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. [f the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 9. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the address shown on the signature page. 10. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 1I. Definitions. 11.1 Balance of the Contract Price: The total amount payable by Owner to Contractor under the Contract after all proper adjustments have been made, including allowance to Contractor of any amounts received or to be received by Owner in settlement of insurance or other Claims for damages to which Contractor is entitled, reduced by all valid and proper payments made to or on behalf of Contractor under the Contract. 11.2 Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. 11.3 Contractor Default: Failure of Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Contract. 11.4 Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract or to perform and complete or otherwise comply with the other terms thereof. FOR INFORMATION ONLY — (Name. Address and Telephone) Surety Agency or Broker: Aon Risk Services Southwest, Inc., 1330 Post Oak Blvd., *900, Houston, TX 77056 Ph: (832) 476-6000 Owner's Representative (Engineer or other party): EJCDC C-610 Performance Bond Prepared by the Engineers Joint Contract Documents Committee. Page 3 of 3 IFY042 150 Can,cybun• Ruad Tank Section 006(10-I-3 State of Arkansas Arkansas Insurance Department IS LICENSED TO ENGAGE IN THE SUE SUBJECT TO APPLICABLE LAWS AND WLl\ JJJJU I lit' I. ¶ ,ylE;y Mike Beebe Governor IN THE CAPACITY STATED BELOW, ay Brad ord Insurance Commissioner State of Arkansas Arkansas Insurance Department Mike Beebe, Governor Jay Bradford, Insurance Commissioner State of Arkansas � Arkansas I��-nS'ait€�I4 epartment - - HERROD, MICHAEkJO is licensed to engageCin;;ihe,business o"insrur2Cce in the State of ' Arkansas in the capacityrstaied belevi„sub�a t6 sapPIicable laws and rules. LIC,ENSENUMBER35991)i�Fr:\ LICENSE�T,YP•E tA "y"5EFFEFLTIVE DATE i fi,ai) Non -Resident �roducer-Ageot.;'; ouzl x010 • L t ! ,sue OUALIFICAT1ONS, s -.L °.� XI≤!RA`T1ON DATE CAS, PROP~'��3':'"+t * O1nst2oii vti_�/ Y / I Mike Beebe Jay Bradford Governor Insurance Comissioner 3 \ Poo' <\,Attorney If' h INnosv rill mcmby these p the Cirylof'Allanta, Oeorg 'I fitESOL'ED. dim • II Mtemd tmo tta otd (I) l 'IxA oldie CTam otemE. P • I' Win C . of -'� Written Comm - = FURTHER RESOL , Y r Comm .J.endruca .>• FURTHFA RCS0L bdhdfu<Iho ComPi Does hereby nominate; co 1 I'1 Wendy Stuckeyall of the J deliveronits behalf, and -I-wenty'FWc million doll fully and amply as:if they IN WITNESS WHEREO • FIREINSURANCE CO \ 1 A, COMMONWEALTH OF > a 'COUNTY'OFTHILADEI On tfrs l;dny I1ney,Vt e-Prestdentof preceding lastrulncnitand is the said corporate scat anc j of sad Company efcrrcd IN TESTIMONY WHERI C'. i�k �'';;21; 1 1 t F r� t • P v v 4 F X11 -•i e Ill a WESTCHESTER FIRE:INSURANCE COMPANY , ), ;,. .'ii 4' ., t ( ♦ 1 n' :, i )' r'.i° resenls: That WESTCHESTER FIRE INSURANCE COMPANY, n corporation of the State of New Yorkj,having its principal ofce in;i' �a pursuantib the fullowing-RefoluGonadopted by the Board ofUvectoraof the said Company on December 11, 2006, a wit Ae rdtomng null onzuomrdok ateuectan. be and on behnnoftheCompany; bfbant,adcnginVrecopnaancn. oomnctemdetcr nndm mnatnaaafda Cmpaq> J A nwywwso efNmncq (era e`Wnnan Commtnwn) yi F , ° ls, /%'.,. s,i A 1 ' , 1�3 q e aI a At a A - m; the Prmtdmt W the Vice Pneildana of the Company is hereby eudanttd a eaenm any wnnencern naniax and on bdNfoldoo Comp", under the real of the Company yi\ ♦ f}iN /FF'' i 'i �'// 1 -,M I F L(4 f4 ,art A • �I" "_A , •fY ,A, ),11 •A. ,�A A •t an'ern=of oNaperson"Musing any Wnnen Commwmt or rppanwentorddegetianpmuantm dds Rgolton coaltosed oftttC@enpanY, me)be coxed byfedmle meW • rnmto,wnnenvppointnlentordekganon,. Il .HL .<•- fie { f, t:F nstiiure and appoint James Nichols; Lnsu Ward, Lupe Tyler, MargaietBuboltz;Michacl J Herrod; Nancy ThomasU. City of HOUSTON Texas, each individuallyifihere,be. more than one named, its true and lawful attorney -in -fact. U its. xis act and deed any andall undertakings, recognizances contracts` and other writings in the nature thereof ii ors & zero cents (525,000,000 00) and the execution of such writings in pursuance of these presents shall betas bindin had been duly executed and ,acknowledged;by, the regularly elected officers oftheY Company: at its principal off ice, E.dhe said Stephen M Haney; Vice-Presldent,has hereunto subscribed his name: nd afH>;ed the Co seal of the MPANY lhts 2l day of July 2009: ? a " � )' �.. WESTCHESTER FIRE INSURANCE C( s ti♦�.a 'e � ; F v 1 vgymv r1• , )♦ • / 3) 5¢pixn M Ianc Vice Prend Cr'., t f I y PENNSYLVANIA„ a I' ,�` [I - (>'• OAlr e' ea rn } v. v .ti1 A`:A�' 3a(<A') a .ni`•' r C Fay tiu. were the which the foregoing is s substantially true anC correct copy is in full force and effect = " <` " ' t , 't;p;..; \ )ice%/ {,\$ 1\1[ ) ec. .r"$n .r,. \1 )n In witness whereof, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate ofthe Corporatmn, this y' day of fit- , F i 1 v. I 3.. .' ' ( \ k 'A' Lv e ♦ I ' Inv `, iA to _ r e ♦ v-. A +v v 1 vY \i 4 v --3;• b a A, � i i a 4 )- ) �t� `Vi n �r.,:�� ' C\ Fi Y' ` ♦ S v av �. `Z ) )� • ��� t �� A ` �� Y_ \\ -`.. \*\�' ,�• • t .. ' 4 1 , 't \ n �•. N'DYJm li. Keby ouslga l WIOJIY u'' n , /i r f vl� •iAi \mat .day F, t,C A, 3 av :�.< f<n t2. v r vay: °` of 5 , • v •< rte , ' F a „ �, • `: Y' vN Pre i l� 3 F • .C . - {n i .C 4 yG ll / < J. v C j t< Q i♦ t t a , ♦ M , 't lY ), LFe:,- THIS POWER OF ATTORNEY MAY,NOT BE USED,7O!EXECUMANY BOND WITH AN INCEPTION DATE AEI ERJuly 21, 201 i Z •� fi ter. , ti> - n r �A '� `nf{,� ,r{ IL ) ' v <` 4 ip� I ,Fy t t t / , . i ,J , .< , °4 , ! ni v 3s` ( Sf /e , , tlf iii ,.. lii / ie ,G' 1 1 Yi:/.. v, '". �< '�.���, �� \�)A fV�i..: �.,°' • THE BACK OF THIS DOCUMENT LISTS VARIOUS SECURITY FEATURES U THAT WILL PROTECT AGAINST COPY COUNTERFEIT AND ALTERATION. U • 0 CERTIFICATION OF RESOLUTION AND AUTHORITY I, Ronald C. Geedman, do hereby certify that I am the duly -elected and acting Assistant Secretary ofCB&I Inc. (a/k/a CB&I Constructors, Inc. or CB&I Constructors or CB&I Inc. of Texas), a Texas corporation, (the "Company") and that as such officer I am duly authorized to make this certificate in behalf of that Company. I further certify that by consent in lieu of a meeting dated March 6, 2001, as authorized by. Texas law, the Board of Directors of said Company adopted the following resolution in accordance with the By-laws of said Company: RESOLVED, that the President, any Vice -President, the Treasurer, or any regional sales manager, contracting manager, regional construction manager, manufacturing manager, project manager or business development manager heretofore or hereafter appointed by the Company or any other sales representative as may from time to time be designated by any one of the President, any Vice -President or the Treasurer, is authorized to make bids, prepare quotations and submit and receive proposals for contracts; to negotiate and sign contracts and other agreements, bid bonds, performance bonds, and other related documents; and to otherwise bind and obligate the Company in the conduct of its normal business. I further certify that the foregoing resolution is in full force and effect and that Donald O. Nason is a duly designated and authorized Business Development Manager of the Company. This certificate shall remain in full force and effect for ninety days from the date it bears, unless sooner revoked, but no such revocation shall be effective as to anyone dealing with any individual named in this certificate in reliance hereon unless written notice of such revocation has been received by the person so relying on this certificate. IN WITNESS WHEREOF, I have hereonto set my hand and the seal of CB&I Inc., this day of 0h.AJ. , 20 1O . CB&I Inc. • City of Fayetteville Staff Review Form • City Council Agenda Items and Contracts, Leases or Agreements Mayors Approval ARCHIVE D City Council Meeting Date Agenda Items Only David Jurgens Utilities Capital Projects Utilities Submitted By Division Department Action $ 39,091 Cost of this request 5400.5600.5315.00 Account Number 04036.1 Project Number Budgeted Item XX City Attorney Finance and Internal Services Director $ 49,000 Category / Project Contingency $ Funds Used to Date $ 49,000 Remaining Balance Budget Adjustment Attached Mt Sequoyah Pressure Plane Imprvm Program Category / Project Name Water Impact Fee Improvements Program I Project Category Name Water Impact Fees Fund Name Previous Ordinance or Resolution # Date Original Contract Date: — IOU) Original Contract Number: Date 0I-8-2011) Date Date p4th Date 56-10 4/6/2010 2127 Receivedin y08 -10A11:56 RCVD Clerks0 i Received in EN E]I Mayor's Office g Revised January 15, 2009 • CONTRACT MEMO MAYOR'S APPROVAL THE CITY OF FAYETTEVILLE, ARKANSAS To: Mayor Lioneld Jordan Thru: Fayetteville Water and Sewer Committee Don Marr, Chief of Staff From: David Jurgens, Utilities Director Date: September 8, 2010 1jr Subject: Approval of change order number 1 with C B & I Inc for $39,090.70, to extend an 18" water main to Canterbury Road. RECOMMENDATION Staff recommends approval of change order number I with C B & I Inc for $39,090.70, to extend an 18" water main to Canterbury Road. The Canterbury Water Tank project is constructing a 500,000 gallon elevated water storage tank and all related site work. The objective of the tank is to meet fire flow requirements, provide adequate flows during high demand periods, and meet industry standard and Health Department minimum storage requirements. After significant discussion and negotiation, the site off Canterbury Street was chosen in 2009. The City opened bids on February 23, 2010. Construction began this summer and will be completed mid -2011. DISCUSSION The change order is for the construction of an 18" water line along the access drive from the water tank to Canterbury Drive. The work is needed to eliminate conflicts with the access drive to the tank. The work was planned to be completed during the second phase of the project. However, the water line needs to be installed before the contractor can complete the access drive. BUDGET IMPACT $49,000 is available in the project contingency. $9,909.30 will remain in the contingency after this change order. CB&I COI Memo 8Septlo.doc ye ev, ., e Change Order No. I Page I of 2 CONTRACT CHANGE ORDER City Contract # 2127 Schedule City Resolution # 56-10 Date 8/26/2010 City Project No.: 4036.1 Project Name: Canterbury Road Water Tank Location: Favettcville, Arkansas Owner: City of Fayetteville Contractor: CB&I, Inc. Address: 113 West Mountain Address: 3600 Mansell Road -'Suite 230 Fayetteville, AR 72701 Alpharetta. GA 30022 THE FOLLOWING CHANGES ARE HEREBY AMENDED INTOITIE CONTRACT PLANS AND SPECIFICATIONS: ITEM DESCRIPTION DECREASE INCREASE I Change Order to extend 18" water main to Canterbury Road See Attached for Cost Breakdown $39,090.70 TOTAL DECREASE AMOUNT . $0.00 TOTAL INCREASE AMOUNT $39,090.70 NET' CHANGE ORDER 539.090.70 ENGINEERS FINAL CIIANGE 1O CONTRACT TOTAL. AMOUNT $1.551.000.00 ELIGIBLE AMOUNT $1351.000.00 Original Contract Amount Total Previous Change Order(s) $0.00 $0.00 Net Amount This Change Order S39,090.70 $39,090.70 TOTAL, CONTRACT AMOUNT TO DATE SL590.090.7Q $1.590.090.70 CHANGE TO CONTRACT PLETION DATE: Original Completion Date May 16, 2011 Previous Adjusted Completion Date - 0 (Increase)(Decrease) This Change Order 0 Calendar Days NEW CONTRACT COMPLETION DATE: May 16. 2011 RECOMMENDED: MCCLELLAND CONSULTING ENGINEERS Engineer 1 p _ ___ BY: r/S __ Signature Title - Date CCEP:1]iD: CB&h Inc: Contractor BY: SeX ___ 3 2d/d Signature Title Uate APPROVED: .1'1'Y OF FAYETTEVILLE e ' tatnrc tle Datr i • Cost Breakdown for Change Order Quantities Adjusted Adjust Contract Item Description Unit Unit Cost Adjusted +J- Amount I Add 309 LF of 18" PVC, C905, DR 18 Water Main FT $91.30 309.00 $28.2! 1.70 $28,211.70 2 Add 18" Class 250 Butterfly Valve Assembly EA $8,976.00 1.00 $ 8,976.00 $8,976.00 3 Add I" Air Relief Valve Assembly EA $1,298.00 1.00 $ 1,298.00 $1,298.00 4 Add Street Demolition and Repair at Pipe End EA $605.00 1.00 $ 605.00 $605.00 Total Contract Change $39,090.70 r • City of Fayetteville Staff Review For, City Council Agenda Items and Contracts, Leases or Agreements Mayor's Approval ARCHIVED City Council Meeting Date Agenda Items Only Shannon Jones Utilities Capital Projects Utilities Submitted By Division Department $ 12975 Cost of this request 5400.5600.5315.00 Account Number 04036.1 Project Number Budgeted Item EJ $ 49,000 Category / Project Contingency $ 39,091 Funds Used to Date $ 9,909 Remaining Balance Budget Adjustment Attached o S___ r Date excess Mt Sequoyah Pressure Plane Imprvm Program Category/ Project Name Water Impact Fee Improvements Program / Project Category Name Water Impact Fees Fund Name Previous Ordinance or Resolution # 56-10 Original Contract Date: 4/6/2010 /02' c- O Original Contract Number: 2127 Date J J.. c _ ('�-, S.� I, Finance Finance and Internal Services Director Date Received in City 1 2-05- 11 P03:1 7 R CV D Clerk's Office C ief f St Date FN1ypFp/ Received in Mayor's Office Ma or Date Revised January 15, 20 • CONTRACT MEMO MAYOR'S APPROVAL 4 - THE CITY OF FAYETTEVILLE, ARKANSAS To: Mayor Lioneld Jordan Thru: Fayetteville Water and Sewer Committee Don Marr, Chief of Staff David Jurgens, Utilities Director 9 From: Shannon Jones, Utilities Engineer i Date: December 5, 2011 Subject: Approval of change order number 2 with C B & I Inc for -$12,975, for a deduction related to excess engineering costs. RECOMMENDATION Staff recommends approval of change order number 2 with C B & I Inc for -$12,975, for a deduction related to excess engineering costs. The Canterbury Water Tank project is constructing a 500,000 gallon elevated water storage tank and all related site work. The objective of the tank is to meet fire flow requirements, provide adequate flows during high demand periods, and meet industry standard and Health Department minimum storage requirements. After significant discussion and negotiation, the site off Canterbury Street was chosen in 2009. The City opened bids on February 23, 2010. Construction began in the summer of 2010. DISCUSSION The change order is for excess engineering costs related to the in-house inspection of the water tank construction. The water tank was placed into service on June 20, 2011. Additional work was required to complete the site construction after the tank was placed into service. All of the site work was completed by October 31, 2011. The change order covers the addition costs related to the additional time required to complete the project. BUDGET IMPACT This change order is deductive, and therefore does not negatively impact the project budget. $9,909.30 is available in the project contingency after previous change orders. CB&1 CO2 Me no5Dec II .doc ye evlle Change Order No. 2 Page I of I CONTRACT CHANGE ORDER City Contract 4 2127 Schedule City Resolution # 56-10 Date 11/30/2011 City Project No.: 4036.1 Project Name: Canterbury Road Water Tank Location: Favetteville, Arkansas Owner: City of Fayetteville Contractor: CB&I, Inc. Address: 113 West Mountain Address: 3600 Mansell Road - Suite 230 Fayetteville, AR 72701 Alpharetta, GA 30022 THE FOLLOWING CHANGES ARE HEREBY AMENDED INTO TI lE CONTRACT PLANS AND SPECIFICATIONS: ITEM N DESCRIPTION DECREASE INCREASE I Deduction for excess engineering costs -$12,975 TOTAL DECREASE AMOUNT -$12,975.00 TOTAL INCREASE AMOUNT $0.00 NET CHANGE ORDER -$12,975.00 ENGINEERS FINAL CHANGE TO CONTRACT AMOUNT: TOTAL AMOUNT ELIGIBLE AMOUNT Original Contract Amount $1.551,000.00 $1.551.000.00 Total Previous Change Order(s) $39M90,70 $39,090.70 Net Amount This Change Order -$12.975.00 -$12,975.00 TOTAL CONTRACT AMOUNT TO DATE $1,577,115.70 $1.577.115.70 CHANGE TO CONTRACT COMPLETION DATE: Original Completion Date May 16, 2011 Previous Adjusted Completion Date 0 (Increase)(Decrease) This Change Order 168 Calendar Day NEW CONTRACT COMPLETION DATE: October 31, 2011 RECOMMENDED: _____ City of Fayetteve BY: Signatu TitI Date ACCEPTED: CB&I, Inc. ^I(r''''�/1 �� /� If� Contractor ct�� Q „� BY: �]✓"L�, vVr—J,2 1/sD tLG� / V cfvl45cr 12/ I Signature Title Date APPROVED: ITY OF FAYETTEVILLE 3Y: n trc isle ate 0 0 5(0-l0 MAINTENANCE BOND BOND NUMBER K08407587 ARCHIVED KNOW ALL:MEN-BY THESE PRESENTS, That we, cB&I Inc. (hereinafter called the Principal), and Westchester Fire Insurance Company , a corporation (hereinafter call the Surety), are held and firmly bound unto the City of Fayetteville, Arkansas (hereinafter called the Obligee), in the full and just sum of $ 1,551,000.00 Dollars, lawful money of the United States, for the payment of which, well and truly to be made, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has entered into a certain contract with the Obligee dated Project Canterbury Road 500,000 Gallon Elevated Water Storage Tank which contract has been or is about to be accepted. AND WHEREAS, specification and contract provided that cB&i Inc. should guarantee the project free from defects caused by faulty workmanship and materials for a period of two years after substantial completion, general wear and tear expected. NOW, THEREFORE, if the said project shall be free from defects of workmanship and materials, general wear and tear expected, for a period of two years after substantial completion, _______________) then this obligation shall be null and void; otherwise to remain in f111 force and effect. Signed, sealed and delivered /UONe,wkr II t%// CB& Inc. Witness as to y: (Seal) Donald 0. Nason Business Development Ma ager (Seal) Principal ._ ., By: A3JQO fl MargarFiibitz Attorney -in -Fact COUNTERSIGNED: ARKA S NONRESIDENT AGENT By: V" mot% Of Michael 7. Herrod AR License #35990 FY042150 Canterbury Road Tank Maintenance Bond City of Fayetteville Section 00650-1 State of Arkansas Arkansas Insurance Department IS LICENSED TO ENGAGE IN THE BU£ SUBJECT TO APPLICABLE LAWS AND ctc »yyuti, \,y tra-.-�,—EFF.EC1 • Mike Beebe Governor IN THE CAPACITY STATED BELOW, ay Bradtord Insurance Commissioner State of Arkansas Arkansas Insurance Department Mike Beebe, Governor Jay Bradford, Insurance Commissioner State of Arkansas r Arkansas IC^ urafQ'fe f epartment IIERROD, MIS:`MEL, J is licensed to enga etnin�the,§usinessa�orrC,ns_yteCce in the State of Arkansas in the cjtyistatetl below.,sublephtb'appIlcable laws and rules. Li SE NUMBEICe35990: \, LICENSE'TYPEc' 3EFFECTIVE DATE Ui .>,. may` f u� ii Nov -Raid I t uarAge tj S' 01726t2010 OUALIF GIONS.s�avc EXPIRArTION DATE CAS, PROP-. %�.� , 4017252011 Mike Beebe Jay Brad rfb d Governor Insurance Comissioner CERTIFICATION OF RESOLUTION AND AUTHORITY I, Ronald C. Geedman, do hereby certify that I am the duly -elected and acting Assistant Secretary of CB&I Inc. (a/k/a CB&I Constructors, Inc. or CB&I Constructors or CB&I Inc. of Texas), a Texas corporation, (the "Company") and that as such officer I am duly authorized to make this certificate in behalf of that Company. I further certify that by consent in lieu of a meeting dated March 6, 2001, as authorized by Texas law, the Board of Directors of said Company adopted the following resolution in accordance with the By-laws of said Company: RESOLVED, that the President, any Vice -President, the Treasurer, or any regional sales manager, contracting manager, regional construction manager, manufacturing manager, project manager or business development manager heretofore or hereafter appointed by the Company or any other sales representative as may from time to time be designated by any one of the President, any Vice -President or the Treasurer, is authorized to make bids, prepare quotations and submit and receive proposals for contracts; to negotiate and sign contracts and other agreements, bid bonds, performance bonds, and other related documents; and to otherwise bind and obligate the Company in the conduct of its normal business. I further certify that the foregoing resolution is in full force and effect and that Donald O. Nason is a duly designated and authorized Business Development Manager of the Company. This certificate shall remain in full force and effect for ninety days from the date it bears, unless sooner revoked, but no such revocation shall be effective as to anyone dealing with any individual named in this certificate in reliance hereon unless written notice of such revocation has been received by the person so relying on this certificate. IN WITNESS , WHEREOF, I have hereonto set my hand and the seal of CB&I Inc., this _L day of /Vovew ,201/ Ronald C. Geedman, Assistant Secretary CB&I Inc. 0 THE BACK OF THIS DOCUMENT LISTS VARIOUS SECURITY FEATURES 0 THAT WILL PROTECT AGAINST COPY COUNTERFEIT AND ALTERATION. 003887 X00