No preview available
HomeMy WebLinkAbout77-25 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 77-25 File Number: 2025-296 J L BRYSON, INC. (SERVICE CONTRACT): A RESOLUTION TO AWARD BID #25-31 AND AUTHORIZE A CONTRACT WITH J L BRYSON, INC. IN THE AMOUNT OF $672,789.02 FOR THE TRANSFER STATION IMPROVEMENTS, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $67,000.00 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 #25-31 and authorizes Mayor Rawn to sign a contract with J L Bryson Inc. in the amount of $672,789.02 for the Transfer Station, and further approves a project contingency in the amount of $67,000.00. PASSED and APPROVED on March 18, 2025 Approved: Molly Rawn, Mayor Page 1 Attest: '�yNC �NG�pA. Kara Paxton, City Clerk Treasurer CITY OF FAYETTEVILLE ARKANS ARKANSAS MEETING OF MARCH 18, 2025 TO: Mayor Rawn and City Council THRU: Steven Dotson, Interim Chief Financial Officer FROM: Waylon Abernathy, Bond Projects & Construction Dir SUBJECT: J L BRYSON, INC. (SERVICE CONTRACT): RECOMMENDATION: CITY COUNCIL MEMO 2025-296 Approval of Bid 25-31 Construction Contract for Transfer Station Improvements with J L Bryson Inc., in the amount of $672,789.02 and approve a Project Contingency in the amount of $67,000, BACKGROUND: November 2021 Council passed resolution 282-21 for a Engineering Services Contract with Hawkins -Weir for design and construction drawings for the transfer floor replacement, and design of additional dry storage areas, and redesign of the waste pit area to allow for equipment access. An amendment to the Hawkins -Weir contract is before you tonight for the design and construction drawings for a new push wall, waste pit approach and waste pit improvements that is associated with the contract. DISCUSSION: The City's Procurement Division advertised and received bids on this project. Three submissions were received. JL Bryson Inc. was the lowest responsive bid after the deductive alternate was accepted to bring the project within the budget. The scope of this work includes fabrication and installation of a new pushwall system on the transfer floor, waste pit improvements, and removal and replacement of the concrete approach for the waste pit. BUDGET/STAFF IMPACT: Funds will be appropriated from Project 18016.1 RTC Master Plan Expansion Account 5500.750.5080-5816.00 Imporvoments Solid Waste ATTACHMENTS: SRF (#3) , Bid 25-31 - Appendix A - Bid Tab (#4), Bid 25-31 - Appendix B - City Issued Bid (#5), Bid 25-31 - Appendix C - JL Bryson's Submittal (#6), Bid 25-31 Contract JL Bryson (#7) Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 ® City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Legislation Text File #: 2025-296 J L BRYSON, INC. (SERVICE CONTRACT): A RESOLUTION TO AWARD BID #25-31 AND AUTHORIZE A CONTRACT WITH J L BRYSON, INC. IN THE AMOUNT OF $672,789.02 FOR THE TRANSFER STATION IMPROVEMENTS, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $67,000.00 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 #25-31 and authorizes Mayor Rawn to sign a contract with J L Bryson Inc. in the amount of $672,789.02 for the Transfer Station, and further approves a project contingency in the amount of $67,000.00. Page 1 City of Fayetteville Staff Review Form 2025-296 Item ID 3/18/2025 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Peter Nierengarten 2/25/2025 RECYCLING/TRASH COLLECTION (750) Submitted By Submitted Date Division / Department Action Recommendation: Approval of Bid 25-31 Construction Contract for Transfer Station Improvements with JL Bryson Inc., in the amount of $672,789.02 and a project contingency in the amount of $67,000. 5500.750.5080-5816.00 Account Number 18016.1 Project Number Budgeted Item? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? No Purchase Order Number: Change Order Number: 2 Original Contract Number: Comments: Item cost includes contingency. Budget Impact: Improvements Solid Waste Fund RTC Master Plan Expansion Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 1,370,529.00 Is 1,370,529.00 $ 739,789.02 Is 630,739.98 V20221130 Previous Ordinance or Resolution p 282-21;220-22 Approval Date: w � «V > ! „ ■ « „ 4! ! ! 4 !4!!!,! ; ! !!!!!r! \\ \ \\\ \ \\\\ \ \ \ \\\\\\\( \ \\ , !r, ! ,■■! ■ ! , ,,,,,8■ ! * # 2!4§r!« ! a q \ z �� , .■!; ; ! - )(( �_�• � .r#l.,;[ \\\ \ \ !){| | )|\{ \ ! ! !EE ! !!!! ! !!i! y » % City of Fayetteville, Arkansas CITY OF Purchasing Division — Room 306 _ FAYETTEVILLE 113W.Mountain Fayetteville, AR 72701 A R K A N S A S Phone: 479.575.8258 TDD (Telecommunication Device for the Deaf): 479.521.1316 Bid 25-31, Construction —Transfer Station Improvements DEADLINE: Wednesday, February 26, 2025 before 2:00 P cal T' PRE -BID MEETING: Wednesday, February 25 at 3.� on-s, the Fayetteville Transfer Station, 156(y� Sppy H��Rd.,�jteville, AR 72701 PURCHAING CONTACT: Amanda BeilfZs ilfuss@1\ivpttevillaaK v No late bids shall be accented. Bids electronic bidding platform or (2) d Submitting through the City's ec4 with the attached City of Faye every blank and shall supply all i or in ing All interested parties can obtai s for tl distributed electronically the^ty ofro 2/2 of the Baled e_M pFoJ/n is stroX ns and bid 0 Acted; ai o C %0 ALL by 5 l�lg m0OU yhrough the City's third -party 0totFayetteville Purchasing Division. coura d. shall be submitted in accordance its atta hereto. Each bidder is required to fill in o m� ed as basis of rejection. IRS: illle P closing Division only. Bid documents shall be r V/ FILE #01: PROJECT MANUA8 Total Pages FILE #02: PLANS-16 PI *Additional files d s addendums are issued. Addendums will be uploaded and posted to the City's electronic bidding platform. *PLAN HOL R LISTINGS: A listing of vendors who have received documents can be found in the City's electronic bidding platform under the project section tab titled 'Plan Holders'. Bidder shall assume all responsibility for receiving updates and any addenda issued to this project by monitoring http://fayetteville-ar.gov/bids. Failure to acknowledge addenda issued as instructed could result in bid rejection. Telecommunications Device for the Deaf TODf479J621-1316 113 West Mountain - FayeMville. AR 72701 I �,a THIS PAGE IIV�RIT�C�'L J1'�T�BLANK GO{�Q� Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72e,: CITY OF FAYETTEVILLE ARKANSAS Project Check List This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessaryto prepare a bid and shall not be used as a substitute for the requirements of the bid documents. Use of this checklist does not relieve the Bidder from the responsibility of meeting all requirements of the Specifications concerning the preparation of an acceptable bid. Bidders are welcome to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirem� 5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) o In lieu of bid bond, the bidder may submit a cashier's check from a bank located in the State o r nsas for at least five percent (5%)ofthe amount bid (inclusive ofany deductive alternatey). Cashie//r ��c e a all be made payable to the City of Fayetteville, AR and received prior to the bid �ne by ma� -pperson delivery appointment with the City Purchasing Division. ❑All addenda shall be signed, acknowledged, and sub it on the ap orms (s�n gthe actual addendums or marking acknowledgement on other bid pages). All line items shall be appropriately filled o*♦ x ended the lin rice as well as the total bid price. Total base bid should be calculated in the pk space. All pages provided with signature lin bbe ae�appr a signed, d�t cordinu6and included with submitted bid documents � ��� ♦� All bids shall be received bef eQatedd ch utilizin A tvsele ronr ngplatformorsubmittingaphysical sealed bid to the City P Division. Submitting a i I tronical trongly encouraged. A public bid opening will be conductI shortly aft*r the e ity Hall and Iivestreamed at https://www.Voutube.com/user/pfFa tteville� t or mi d bids shall not be accepted. The City of Fayetteville shall not be responsibl f r lostor isdir Fed bids fa re of bidders technical equipment. If submitting a physical bid, all bid docut�shall be de er in a seal ope to the address stated in the advertisement or updated deadline issu a nda. III r uld b d with the name of the bidder (contractor) on the sealed envelope as well as thrs ArkaNactor's Li umber. ❑ Additional Inform do Re uire V • A t yofSt OR submit electronically. • Arka s Cont4tor use #: OR submit electronically. • Pursuan lkws Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boyco and will not boycott Israel during any time in which they are entering into, or while in contract, wity� blic entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott contractor must notify the contracted public entity in writing. 'Vco Submit electronically or circle applicable answer: YES or NO Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. Ifatany time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. o Submit electronically or circle applicable answer: YES or NO Telecommunications Device for the Deaf TDD(479)521-1316 113Wext Mountain-Fayetteville.AR72701 THIS PAG�FNALLANK % jX 3 � � Telecommunications Device for the Deaf TDD (479) 571-1316 113 West Mountain - Fayetteville, AR 71701 City of Fayetteville, Arkansas INVITATION TO BID Bid 25-31, Construction—TransferStation Improvements Rebid The City of The City of Fayetteville is accepting sealed bids from properly licensed Contractors for improvements to Fayetteville's Recycling and Solid Waste Transfer Station. This project includes, but is not limited to, the removal and replacement of the metal push wall in the Transfer Station and the metal chute in the Waste Pit. Questions regarding this bid should be addressed to Amanda Beilfuss, Purchasing Director, at abeilfuss(cDfayetteville-ar.gov. 6. A non -mandatory Pre -Bid meeting will be held Wednesday, February 12, 2025 at 3:00 PM, on-sit*^N1 City of Fayetteville's Transfer Station located at 1560 S. Happy Hollow Rd., Fayetteville, AR 72701. In forma111iiiiiJarding the pre -bid meeting is available on the project page on the City's electronic bidding platArm. A d parties are encouraged to attend.410 Bidding documents, plans, plan holders, and addenda sly obtained&a' ? y of Fa e Purchasing Division's electronic bidding platform at www.fa etteville-ar. ov s All bidsrecei ednesday, February 26, 2025 before 2:00 PM, local time utilizing the ele�tr 'c bi ding sofby s ng a sealed bid to the City of Fayetteville Purchasing Division. All bids shall b V ed pri r id dea to or misdirected bids shall not be accepted. Submitting a bid electronically is tr ly enc A pu opening will be conducted shortly after the deadline at City Hall and livestr at https, Af yn,tu user cit offa etteviIlear. The City of Fayetteville shall not be responsible for 1V isdirec s,orfaiddpr' nical equipment. Each bid exceeding $50,000 shal ompa Z as cashie ckfro doing business in the State of Arkansas or a corporate bid b ve (5) percf the a u t id. In t eve a bidder opts to submit a cashier's check for a bid bond, the act p ysica ash is chec deliv the City prior to the deadline. A one hundred percent (100%) perfo mangfton nd seer ayment�hc)is required with the contract awarded. A State of Arkansas Contractor's License is r quired and Ngistration*it7e Arkansas Secretary of State shall be valid and current at the time of Contrard. Pursuant to Arkansas Co�e A�ted §2 ♦The City\etteville encourages all qualified small, minority and women business elerplrlles to bi o�ecei e o tracts for goods, services, and construction. Also, City of Fayetteville enco�u �� sener t tors o♦ ract portions of their contract to qualified small, minority and women busirle)rprise The City of Fayettevlle/®resthe right to waive irregularities, reject bids, and postpone the award of any Contract for a period which shalled beyond ninety (90) days from the bid opening date. City of F vv By: AmB fuss Procuremen Director P: 479.575.8220 Email: abeilfuss@fayetteville-ar.gov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 02.02.25 & 02.09.25 This publication was paid for by the Purchasing Division of the City of Fayetteville, Arkansas. Amount paid: $471.00 Project Manual y�CO F IV • o� FAYE fI aTisaILV` .r. 2 ^. F •IN ' BID # 25- Construction Rebid ��� Date: January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00007 - SEALS The professional license seals listed on this page represent design responsibility for plans and technical specifications represented in this project. t, Sj AST Ez� R , SASS, GIs * c4 SONAL INEER * .1 * * v�l No.8398 e� Brett D. Peters, P.E. Hawkins -Weir Engineer Inc. Arkansas License No.8398 00007-Seals 00007-1 January 2025 City of Fayetteville, Arkansas Fayetteville Tral sfer Station Improvements Metal Pusli Wall and Chute Replacement 00007-Seals 00007-2 ;fanuary 202 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00010 — TABLE OF CONTENTS Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement Bid 25-31, Construction Rebid CONTRACT DOCUMENTS INVITATION TO BID COVER INTRODUCTORY INFORMATION 00007 SEALS 0001-1 of 2 00010 TABLE OF CONTENTS 00010-1 of 2 00100 00140 00200 00400 00400 00410 00430 00500 00500 00550 00600 00610 00611 00640 BID SOLICITATION SO BIDDER'S QUALIFICATIO MENT INSTRUCTIONS TO BIDD BID FORMS AND EMEN BID FORM BID BOND LIST OF T ACTO AGREEM T F AGREEMENT B T EN O CON OR NOTICE TO RO RE BONDS RT INl DT 00700MIM 0070000700 00800 S LEMENTARY CONDITIONS 00800 U]P LEMENTAL CONDITIONS IV - GENERAL REQUIREMENTS 0 SUMMARY OF WORK 012 CONTRACT MODIFICATION PROCEDURES 01270 UNIT PRICES 01271 MEASUREMENT AND PAYMENT 01290 PAYMENT PROCEDURES 01290.1 APPLICATION FOR PAYMENT FORM 01290.12 CERTIFICATE OF SUBSTANTIAL COMPLETION 00010-Table of Contents 00010-1 00140-1 of 4 00200-1 of 12 00400-1 of 8 00410-1 of 2 00430-1 of 2 00500-1 of 12 00550-1 of 2 00610-1 of 4 00611-1 of 4 00640-1 of 2 00700TOC-i of iv 00700-1 of 52 00800-1 of 8 01110-1 of 7 01250-1 of 2 01270-1 of 2 0 127 1-1 of 8 01290-1 of 2 01290.1-1 of 2 01290.12-1 of 1 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00010 — TABLE OF CONTENTS (continued) 01290.14 CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT 01290.15 SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT 01320 PROJECT MEETINGS, SCHEDULES, AND REPORTS 01321 SCHEDULE 01420 DEFINITIONS AND STANDARDS 01530 TEMPORARY BARRIERS AND CONTROLS 01560 TEMPORARY UTILITIES AND FACILITIES 02003 TRENCH SAFETY/PROTECTIVE SYSTEMS 02004 CONFINED SPACES 02005 PUBLIC EMPLOYEES RIGHT TO KNOW ACT TECHNICAL SPECIFICATIONS 01010 SPECIAL CONDITIONS 01111 SITE CONDITIONS 01300 SUBMITTALS 01781 PROJECT RECORD DO( 02070 SELECTIVE DEMOLITj 02316 STRUCTURAL EXC.- 03200 CONCRETE REI 03250 CONCRETE JO S S )N, B ING A ADIN 'NT iN CESS S 03300 CAST-IN-PPREPJ!ft%ffP NCRE 03740 MODIFIREPAIR EXI CONC 05120 STRUCT 09901 SURFACENs RIME ING � F S\Tjo 010 rj 01290.14-1 of 1 01290.15-1 of 1 01320-1 of 4 0 132 1-1 of 2 01420-1 of 01530-�P' 0156 2 1 of 2 1 of 2 01010-1 of 2 01111-1 of 4 01300-1 of 8 0 178 1-1 of 6 02070-1 of 8 02316-1 of 10 03200-1 of 8 03250-1 of 6 03300-1 of 20 03740-1 of 10 05210-1 of 6 09901 1 of 4 00010-Table of Contents 00010-2 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00140 — BIDDER'S QUALIFICATION STATEMENT Contract Name: Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement Bid 25-31, Construction Rebid Date: , 20 SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company Name Address C t Principal Offs Corporation, LL , pa MN Avid o venture, other _ Arkansas State G r Contracto L ens Nu NO (Type or ibly int) For a Bi ntracto a cons ere s Qualified, the financial, an nding qui ents of t e C' of Fayetteville. Contractor must satisfy all insurance, The Contactor s rovide documentation with the bid to document: ntractor shall have executed work for municipalities with a minimum of three (3) r 'ects equaling or exceeding two hundred thousand dollars ($200,000) for installation of e product(s) bid. Acceptable documentation of these minimum installations must be submitted to the City of Fayetteville attached to this section. EXPERIENCE STATEMENT (MANDATORY) 1. Bidder has been engaged as a General Contractor in construction for years and has performed work of the nature and magnitude of this Contract for years. Bidder has been in business under its present name for years. 00140 Bidder Qualifications 00140-1 January 2025 I nt the C is a ar idder, the required surety Bonds will be sed by t ng sure o any and name and address of agent: City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Transfer Station Floor Slab Replacement SECTION 00140 — BIDDER'S QUALIFICATION STATEMENT (continued) 2. Bidder now has the following bonded projects under contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and estimated completion date.) 3. Bidder has completed the following (list minimum of 3) contracts consisting of ro similar to that proposed by this Contract: (On a separate sheet, list project na , owner, name of owner contact, engineer / architect, name of engineer/ hi c contact, amount of contract, surety, and date of completion and percentage of ost of the Work performed with Bidder's own forces.) Aftw 4. Has Bidder ever failed to complete any project? If6wn at when, where, and why. 5. Bidder normally performs the owing work fo 6. Construction rence of individu in the 4or n tion is as follows (continue o the e s ,J needed 7. no 00140 Bidder Qualifications 00140-2 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Transfer Station Floor Slab Replacement SECTION 00140 — BIDDER'S QUALIFICATION STATEMENT (continued) FINANCIAL STATEMENT (IF REQUESTED) A. If requested by the City of Fayetteville during the evaluation of bids the bidder shall provide to the City of Fayetteville the following additional information: Bidder possesses adequate financial resources as indicated by the following: 1. Assets and Liabilities: Attach a financial statement, audited if available, inclu Bidder's latest balance sheet and income statements showing the following it s: a. Current assets (cash, joint venture accounts, acc nts rece , notes receivable, accrued income, deposits, materials inv ory, and pre a' rises). b. Net fixed assets. c. Other assets. 0 d. Current liabilities (acc unts yable, Ks ud ayable, a expenses, provision for income taxes, , accrue es, and ac payroll taxes). e. Other liabilities (c capit s ek, auth d outstanding shares par values, earneZaring lus, and r earning f. Name of n 'al statenwn a datelhureof: If fi c stat t . of for ' ti 1 org on, named herein, explain r i and an al respo i of the or ion furnished. 2. C ts: The follow' ements a tstanding against Bidder: d r 'toms e Dockete ate Amount a. b low#& 00140 Bidder Qualifications 00140-3 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Transfer Station Floor Slab Replacement SECTION 00140 — BIDDER'S QUALIFICATION STATEMENT (continued) Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: .20 Name of Organization: I3 (Type or legibly print) *6 By (Signature) Title (Type or legibly print) If Bidder is a partnership, the a ership nan s 11 be si d, 1 owe gnature of at least one of the partners. If Bidderoratiog or IL C, the c o e name 11 a signed, followed by the signature of a duly -au fficer and the co at al affi Contractor shall attach idence o tl*ty of sign u f Co is a corporation, corporate entity or LLC, Contractor shall atta o ate Res tion uthoriz' tractor's signature and authority to sign. OF SEC N 00140 (OFFICIAL SEAL) rA 00140 Bidder Qualifications 00140-4 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli'Wall and Chute Replacement SECTION 00200 — INSTR17 CTIONS TO BIDDERS (continued) I A CTOR-Y NFOR-UXTION ARTICLE I - INTRODU- 1.01 DEFINED TERI\ IS: A. Terms used in these Instructions to Bidders and which are defined in the GE cum)rriONS, have the meanings assigned to the in the C i At, CONDITIONS. B. Bid Documents shall include the following: L Bidding Requirements. CO > a. Invitatilo I b. Instructi idders. C. Bid 17 d. B" 2. 1 sFon 0 6 'r e Bidde attentio s ed to t lo ring additional forms which sh be ompletel i tit i A with the Bid: Id - 11 fie 'o Statei'n boc'. b. Nd, s%olualiti ,f 0 ubcont11tr 1 C. I - of Ss Vntract F' 0 A, a. a t Betw C. ner and Contractor. I (ter'. on is called to the evidence of authority to sign and r 11 + Ri.ich shall be submitted with the k9reety.i.ent as applic, . le t Business entity and noted in the Agreement. ilkPerform ond. c. Labor and Material Payment Bond (Payment Bond). (1) '17he Performance and Payment Bond shall be one hundred percent (100%). 4. Contract Conditions: 41\ N a. General Conditions. 1). Suppler.n.entary Conditions or Specifications Specifications. adden da issued prior to receipt of Bids. 00200 1 nstructions to Bidders 0022100-1 . . I anuary 2 02'S City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Cliute Replacement SECTION00200 — INSTIti.:CTIONS TO BIDDERS (continued) C. Certain. additional. items used in. these .Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof: I. Bidder — one who submits a Bid directly to Owner as distinct from. a sub - bidder, who submits a Bid to a Bidder. 2. Issuing Office — the office from which. the Bid Documents are to 1 and where the bidding procedures are to be administered. 3. Successful Bidder the lowest, responsible, esponsive o whom Owner on the basis of Owner's evaluation ' .Wafter prOVI d makes an. award. 1.02 COPIES OF BID DOCUIN1ENTS: A. Complete sets of th A - ocum" t t i e n.um fonnat as stated in the Invitation to Bid ma be tained CitV s I u flice. B. Complete set, Docum is fall be use ✓ f eparin� is; neitherOwner, nor Engineer , ny rasp ty for e . fn.isi ns resulting froth. the use of ix ete set o 1- ocumet,>is. C. C� E gineer in makm of Bid �utnents available on the above tart do so o or e pure , o inin n the Work- and do not confer a license or r fo any oth 1.03 t AL;IFIC :a A. •e ificatio s ents are t-quired. Owner will, however, evaluate the aid er's qu s ' ns follow ig the opening of Bids. Evaluation criteria considered 'll inch of be4' tc 1. erience nd 1 r ormance records on similar work. Financial responsibility. �. Ability to supply construction equipment and personnel to complete the Work within the Contract Time. 4. Evidence of Bidder to do business in the state where the Project is located, or 'IF I'& § 41\ N covenant to obtain such qualifications prior to award of the Contract. B. Bidders may be requested to submitt financial statement and other information relating to experience and financial responsibility after bids are received and before awarding a contract. 00200 1::nstructions to Bidders 00200-2 fanuary 202'S City of Fayetteville, Arkansas Ilayettevill.e Transfer Station Improvements Metal Pmli Wall and Chute Replacement SECTION00200 — INSTIti.:CTIONS TO BIDDERS (continued) C. Only those :Bids will be considered which are submitted by Bidders who show satisfactory completion of work of type and size comparable to the Work- required by these Bid Docutn.ents. 1-. A list of comparable projects, including pertinent information an identification of the owners, shall be submitted with the Bid. Q, �F 2. See ARTICITE 5 — AWARD OF CONTRACT herein for al requirements after opening of Bids. �+ D. For this specific project all bidders must be lice-n n ne State o k nsas and shall provide their license number on the Bid n . Fail r rovide license number could result in a non °s ive Bid. 1.04 EXi'L /IINATION OF CONT ' CL IRt, D SIT . A. Before submittu' a >,'lt is the nsibility Bidd 1. e�i ghly e. the C Doe a other related data. in Docutn nclud` nical data" referred to 2. To �.iNash'o 4§i.te, C.it r tilit` come familiar with. and satisfy B` the g e ,Deal, a conditions that may in any manner a ect st, pro ess, perfo of the Work. S con.sid al, s e, cal laws, ordinances, rules, and regulations that m manner cost, progress, performance, and furnishing of the 4. y a a ofrclatc Bidder's knowledge andobservations with tl C",ontra� Doc meats and such other related data. To promptly notify the Purchasing Division of all conflicts. errors, ambiguities, or discrepancies which Bidder has discovered in or between the Contract Documents and such other related documents. Before submitting a Bid, each Bidder shall be responsible to obtain such additional. or supplementary exatn.inations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or con.tlguou4s to the Site or otherwise, which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, or procedures of construction to be employed by Bidder, including safety precautions and programs incidentt thereto or which Bidder deems necessary to determine its Bid for perforining and furnishing the Work in. accordance with. flit ti.tn.e, price, and other terms and conditions of the Contract Documents. 'I'h.is shall include local shipping facilities and availability of lands if applicable. 00200 1::nstructions to Bidders 00200-3 ;fanuary 202'S City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pmli Wall and Chute Replacement SECTION 00200 — INSTII1:7MONS TO BIDDERS (continued) C. In the preparation of the Contract Documents, neither reports of explorations nor tests of any Hazardous Environmental Condition at the Site of the Workk have been prepared. D. Access to the Site: 2. 3. On request, Owner will provide each Bidder access to the Site(s) t such. exatn.inations, investigations, explorations, tests, and studie h Bidder deems necessary for submission of his Bid. adder sh, -1 oles, clean up, and restore the Site to its former c itions up etion of such explorations, investigations, tests, anti e . The lands upon w i Work is c pc�1'oRi ' its -of way, and easements for access t and otl 1 s design. r use by Con.traetor in performint Work are i e in th actDocuments. All additional la acc s i requir temporary construction facilities, co stt fon. eau' , or stor e ;ltterials and Equiptn.ent to be incor r in the ire to be A and paid for by Contractor. Iasert, for pet n structure, perman ehan.ges in existing E. s S ot2* id '- that he ract IL deta t perfo d to be �d and p ' by O iJk 1 s othe-i-��ise provided o eats. ners affecte 7 e Work named on the Drawings where ke accur o , h ow s not guaranteed. Bidders shall ►a.ke t w at7ang t with such property owners for any d it con -tion wi reparation of Bids. I will c an incontrovertible representation by the plied wit y requirement of this paragraph "Examination `fts and S e," a id that the Bid Documeti.ts are sufficient in scope to 4a vev understanding of all terms and conditions for `t e `Fork. 1.05 I�TERP (ATIONS, X4O ATIONS. z�\'D :.ADDENDA: A. Bidder who discovers a Me z %� mbiguities, inconsistencies, or errors or is in doubt as too meaning or intent of any part of the Bid Documents shall promptly request an i.n.tetl)retation from the :Pureb.asing Division. Interpretations or clarifications considered necessary, by Engineer in response to such requests will be issued by Addenda. 13. Addenda m.ay also be issued to modify the :Bid Documeti.ts as deemed advisable by Owner or Engineer. C. No Addenda will be issued within the last two (2) days before the date of opening Bids. However, an addendum thataffects the time, date or location of the bid opening may be issued as little as ri -enty-four (24) hours before the elate of opening bids. 00200 1::nstructions to Bidders 00200-4 ;fanuary 202'S City of Fayetteville, Arkansas Ilayettevill.e Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 00200 — INSTR1:7CTIONS TO BIDDERS (continued) D. Only questions answered by formal NN mitten Addenda will be binding. Ural and other interpretations or clarifications will. be without legal. effect. 1.06 PREBID CONE RI NCL : A. A prebid conference will. be held in accordance with. the Invitation to laid. 1.07 LABOR -RELATED IU,.GLJLATIONS: 40, A. Pursuant. to Arkansas Code Annotated 22-9-203, the I f Favett.et e courages all qualified minority and women. business enteUpMfNFave bid on a reee.. a contracts for goods, services, and co I ction. %.ls encourages all general contractors to sub c ac portion it cont qualified, small, minority, and women busit ss a rprises :i.� RTICL 2 - BASIS OF BIDDING 2.t? 1 SPECIFIED I. )tJ:IPM A INILIV A. Substituti44 eV be s er, d only a r e Effe� of the Agreement and as set 'GE PR CONDI O: 2.02 INDIRI C' f A. Taxes: l applica es, use, c ati.ng, or other taxes to be paid or withheld by Bi c n im. o any taxing authority, on Equipment and N1a.ter' t be inco orate in the Work, and on any or all other cost items e e I to the ' t Price, shall be included in the Bid price. 2. f Bidd sha .elude all. such. taxes except those on Equipment and aterials, ' furnished by Owner or others, or exempted by the state, and Bidder shall furnish. taxing authorities any information. or reports pertaining thereto as required. I'h.e cost of all. construction. li.cetlses, building and other permits, and goveriittfental inspections required by public authorities for performing the Work, which are applicable at the titn.e Bids are opened and which are not specified to be obtained by Owner. shall be included in the Bid price. Fees for perinits issued by the City will be wai`-ed, but permits are still. required where necessary. C. Th.e cost of all royalties anal license fees on Equipment and -Materials to be furn.i.shed and incorporated in the Work shall be included in the Bid price. 00200 1::nstructions to Bidders 00200-5 fanuary 202'S City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Cliute Replacement SECTION 00200 — INSTl 17CTIONS TO BIDDERS (continued) D. "Pests, inspections, and related activities called for throughout the Bid Documents are a responsibility of Contractor unless specified otherwise. The Bid shall include all costs arising from such responsibility. I . The cost of all electrical, water, gas, telephone, sanitary, at7.d similar facilities an services required by Contractor in performing the Fork shall be included in the price unless specified otherwise. 2.03 SLTB(-'C)NTRA(-'TC)RS: A. No Bid shall be based upon aggregate of Subcont" rs performing ore than 60 percent of the total. N ork. I3. '['he experience, past perfortrfa nd abili o' eh. prop 'u contractor will be considered in the ev4uellive-Istate, of Bids. , ubcont o requested shall be required to furnish e Y Y r to the of Awards. C. No Contractor , a require employ bco actor, other person, or organization whom C .it or has re e 01 .. Owner or Engineer may acre ject Su etors u •dane- ` agraph 6.05 of the GENE: C: SDI` _ 2.04 A. In 4 S: The nutn s with is , or th c e by which, the Work is to SLlbstantfa "o i.pl.etion and o final dwn tion and be ready for final shall a tated in t.h k �ement. o i ` ns for damage f y, are as set forth in the Agreement. A. i achieve payment ket of bound documents included with the officially provided sett of drawings (if and specifications shall be used for the Bid. I'h.e Bid Fonns shall. be .filled out in detail and signed by the Bidder. 41 C . Bids by partnerships shall. be executed in the partnership name and signed by a partner whose title shall appear under his signature, and the official address of the partnership shall be shown below the signature. D. Bids by corporations, corporate entities and/or LLC's shall be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign), and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing 00200 1::nstructions to Bidders 00200-6 ;fanuary 202'S City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 00200 — INSTIti.:CTIONS TO BIDDERS (continued) Agent for Service process authority to sign. ']'he corporate address and state of incorporation shall be shown below the signature. E. Names of all persons signing shall be printed below their signatures. F. A power of attorney shall accompany the signature of anyone not othe ,i. authorized to bind the Bidder. G. The Bid shall conta.m an acknowledgement of receipt of all denda, crs of which shall. be filled in. on the Bid Form.. II. The address to which. CC}111111L1n itiiiZz il.S-egardll�- 1 S are to , irected shall be shown. 3.02 METHOD HO:D OF :13:ID:DING: 3.03 I3. C. Bids will be receive on .1nit Pris as set f n he Bid Form. Firm Bids are d. 4,6 Schedu I- it Pri . . 1. e Bidder sha compl-Y Unit Pri id , chedule included in the Bid (ands accept all.. r - .ices rein). 2. The to 1 Bid ' ice `I be de d as the sum of the products of the unmated qua. 1 f each it,the Unit Price set. forth in the Unit Price d Scl�e The _ to •act :Pri.ee shall be subject to adjustin.ent IV "`,� accord` al easu ed, or delivered quantities. Bidders s 1 subtni to C Gner with the Bid, the List of Subcontractors contained in th oject -Manual Document 00430, completed with names of all such Pin tractors, Suppliers, and other persons and organizations proposed for those ons of the Work for which such identification is required. The list. shall be lement.ed by an experience sta.t.ementwith pertinent information regarding similar prejeets and other evidence of qualification for each. such Subcontractor, Supplier, es, person, or organization, if requested by Engineer. If, after due investigation, Owner or Engineer has reasonable objection to any proposed Subcontractor, Supplier, or other person or organization, Owner may, before the Notice of Award is given., requestthe apparent Successful. Bidder to subtn.it an acceptable substitute without an. increase in. the Bid. If the apparent Successful Bidder declines to snake any such substitution, Owner may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, and other persons and organizations. the declining to make requested substitutions will not constitute grounds for sacrificing the bid security of any Bidder. Any Subcontractor, Supplier, or other person. or organization listed and to whom Owner or Engineer does not male written objection 00200 1::nstructions to Bidders 00200-7 ;fanuary 202'S City of Fayetteville, Arkansas Ilayettevill.e Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 00200 — INSTRi.:CTIONS TO BIDDERS (continued) prior to the giving of the Notice of Award will. be deemed acceptable to Owner. and Engineer subject to revocation as provided in. Paragraph 6.05 of the General Conditions. 3.04 FORXIS AND DOCU- IENTS TO BE SUBMITTED: A. The following forms shall be completed and submitted with the Bid: 1-. DOCUI fI N'I' 001.40 BIDDER'S QUALIFICATIONS S'Lk.'I'EMl--,, ' 2. DOCUMEN'l:' 00400 :B:II} FORM: 3. Bid Security as bank c ti.er's check 11�C) -I ��NANC. NS'I'I I'I-J'I'ION LOC:-,TED IN T S TE OF or Bi (DOCUMENT 00410) 4. DOCUNEEN 3 . IST Q _,ONT S 3.05 BID SECURITY: A. Each Bid accomp v Bid s -Y oavah1Z er, in the amount of In C. five -per ris) of e o id. T cd security s a l be i n of a cas ier's check from a financial its ation loc in he state sas o. ... and on th.e form prescribed by the �e 1310, s ila.r fo hed. Bid d a. be exe to y a I: 1. ' the (3 1;. C0\q the requirements set forth for "Surety D. 16,13idTecurity uccessfulLBidcTer will be retained until Bidder has executed the r e e m ishp quired surety Bonds as set forth in the GENERAL cc).ti , ti h p i security will be returned. If the Successful Bidder fails t z ute the gre neat and furnish the suretyBonds within 1-5 days after the dat of otiee of Aw . Owner may annul the Notice of Award, and Bid security of adder will be forfeited to Owner. E &QV he Bid security of any Bidder whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of 10 days after th.e Effective Date of the Agreement and the required surety Bonds furnished, or the 91'' day after the Bid opening. Bid security of other Bidders will. be returned within 10 41\ N days of the bid opening. 3.06 SLTB'IISSI(-)N OF BID: A. Bids shall be subinitted at the time and place designated in the Invitation to Bid. 00200 1::nstructions to Bidders 00200-8 .lanuary 202'S City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 00200 — INSTIti.:CTIONS TO BIDDERS (continued) 13. If submitting a physical bid, Bid Documents with accompanying :Bid security and other required information shall be enclosed in. an opaque sealed envelope marked with the following: 1-. Project naive 2. Bid number 3. Name and address of Bidder 4. Contractor's license number C. If the :Bid is sent by mail or other delivery systemAP sealed - s call. be enclosed in a separate envelope with the notation Y id Enclose " on the face thereof.. � 3.07 NJODIFICATIO:ti OR \V111-1DR.AW BIDS: A. Bids ma.y be modifi 't dra , a.ppropri fnent duly executed (in the tn.anner that Bid nL ,e e.- d deli- e place where Bids are to be submitted at, prior to erung of B. If, within s after re opefi Bid Y duly signed written notice )wner and ptly e . er tes to the reasonable satin , io , Own • th there mate 'al a ubstantial mistake in the pr of his Bid, at Bidd vithdrm Bi , and the Bid security will be re ti ed. I'h fte that Bi f be d' ed from. further bidding on. the Wor to b -.ovi d undef o tract Doc AWF ARTICLE 4 - OPENFJUW BIDS 4.01 OPI:NI'� _1 BIDS: Nlj� .ds eel and obviously non -responsive) read aloud publicly at th.e place ids a , b itted. An abstract of the amounts of the base Bids will be e availa e to 3iddefs after the opening of Bids. B. t ds shall remain open for a period of 90 days after Bids are opened, but. Owner at his sole discretion., release any Bid and return theBid security at any time rior to that date. ./mI"IC _ !SWARD OF CONTRACT A\ N 0WNER's RIGHT 'I'O REJIsCT BIDS: A. 0wner reserves the rightt to reject any or all Bids, including without limitation the rights to reject any or all non.con.fofmi.n.g, non -responsive, unbalanced, or conditional Bids and to reject the Bid of any Bidder if fawner believes that it would not be of the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails 00200 1::nstructions to Bidders 00200-9 ;fanuary 202'S City of Fayetteville, Arkansas Ilayettevill.e Transfer Station Improvements Metal Pmli Wall and Cliute Replacement SECTION 00200 — INSTlI1.7MONS TO BIDDERS (continued) to ineet anv other pertinent standard or criteria established by Owner. Owner also reserves the right to waive all informalities not involving price, times, or changes in the ti[%ork and to negotiate Contract terms with the Successful Bidder. (Discrepancies between the multiplication of units of Work and Unit Prices will be resolved in favor of the Unit Prices) Discrepancies between the indicated sum of any column figures and the correct sum thereof will be resolved in favor of the correct t Discrepancies between words and .figures will. be resolved in. favor of the wo B. All Bidders must agree thatsuch rejection shall be without I -sility of 'the Owner nor shall the Bidders seek recourse of any kin ainst the C = suss of such rejections. The filing of any Bid shall constAW greement o e Bidder to these conditions. 5.02 ]:,VAI:..;I..JA'I'I(-)N 0I, BIDS. A. In -evaluating Bids, ( it eon�i d4tt ualiffc, the Bidders, whether or not the Bids cofriply -f e Ares •equirem" is ` nd such Material Subfn.ittal.s, \lt.ernates, Unit f and oche , as may iestec in the Bid Form or prior to tl�e Noti.ee f d. Ch-n accept A. es (if a in numerical order. B. Owner c ftsidef i ication d , pefie e ' , bcontractors, Suppliers, and o er e.. ons a or nizatiof osed far th ortions of the Work as to w identity of Su contra' ippll(,Fs,pxother persons and organizations fs rVestea p aral-apn D.0 o aocu C. Owner may c duct s ch. i estigatio , a e deems n.ecessary to assist in th.e evalu `ofo - anv Bid c establis - sponsibility, qualifications, and financial fe 13i1d S. pose S actors, and other persons and organizations t ' rm an the Wo accordance with the Contract Documents to 50,w Ys sati 1 within tht prescribed time. Own r ' s the `� t j t. the Bid of any Bidder who does not pass any such evalua fo o Chun, 's sa s action. I?.Akt 4n 1.0 days after Bids are opened, and if requested by the Owner or the Engineer, 0apparent Successful Bidder, and any other Bidder so requested, shall submit upplemen.tal i.nfon.n.ation. including an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such. Subcontractor, Supplier, person, or organization, proposed by the Bidder for consideration as specified in ARTICLE 3 paragraph 3.03 above. Th.e use of Subcontractors listed by Bidder (Document 00430) and accepted by Owner prior to the Notice of Award will be required in the pef•fofmance of the Work.. F. Within 10 days after the Bids are opened if requested by the Owner or the Engineer, the apparent. Successful Bidder, and any other Bidder so requested, shall submit an itemized breakdown of any lump ruin portion of its :Bid. This breakdown must include a separate item for each. major category of work and each major piece of 00200 1::nstructions to Bidders 00'200-W ;fanuary 202 City of Fayetteville, Arkansas Ilayettevill.e Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 0020 i — INSTI�i.:CTIONS TO BIDDERS (continued) equipment. This breakdown may or in ay not be reflected in. subsequent ti.m.e schedule submittals. G. The award of the Contract, if it is awarded, will be to the lowest, responsive, responsible Bidder whose evaluation by Owner indicates to Owner. that the away will be in the best interest. of Project and Owner. � 5.03 NO TICI? OF AWARD: A. After considering the basis of award and evaluation of Bid if the C f to be awarded, Owner shall. within 90 days after the dat f opening i tify the Suecessfiul Bidder of acceptance of his Bid (indiea ' w 'ch, if any, : ernate Bids have been accepted). ARTICLE 6 - SIGNING OF AGREE_NIENT 6.01 When Owner gives Notice oat to S ,s idder, n r will issue the required number of unbound, unsi n c ntef•pa Agreefn. t other Contract Docutents to Successful Bidder. fi.02 Within 30 days i a er, c r (Sllci fi� I3iclde ign all copies of the agreement d ogre ien e Diite OEM Count A roval, power of attorney document y er require cnts, fc e iver al ies .o the Owner. 6.03 Within 1.5 days th er, ..Less o s noted i. g by Owner to Bidder, Owner will. execute all copies o - e Agre €fit d insert e operly executed and recorded Bonds, power of attAWeve4docufn.ents, tlrer re u ocuents in the appropriate places. The and tjic a., t BNar e one hundred percent (100q, ) and shall be C,it 7 bonds and file marked at tl�e Washington C`ourlty fife er will r he executed Contract Documents to Engineer for i tf s requir ,h duly executed counterpart will be accompanied by ings i p ate identification. END OF SECTION 002.00 00200 1::nstructions to Bidders 00300-11. ;fanuary 202'S City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION r)r 200 — INSTlI1:7CTIONS TO BIDDERS (continued) 00200 1::nstructions to Bidders OO2OO-l2 fannary 202 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement DOCUMENT 00400-BID FORM Contract Name: Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement Bid Number: 25 - 31, Construction Rebid BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: ARTICLE 1 - INTENT 1.01 The undersigned Bidder propoVV04 grees, if i is accept nter int agreement with Owner in the form included in the Co ocumen form an h all WA s cified or indicated in the Contract Documents for t Ti the Bi indica Bid and in accordance with the other terms and co iti f the tra Docum ARTICLE 2 - TERMS A CONDI S 2.01 Bidder accepts all of t e to d conditions o the Inv' o Bid and Instructions to Bidders, including without limitation th ealing wit e ispositi id security. This Bid will remain subject to acceptance for 9 h a er the o id ope der will sign and deliver the required number of counterparts the eement wq h e Bonds and er documents required by the Bidding Requirements within 15®da er the date f 0u')is N t' Award. ARTICLE 3 - BI DER'S EPRESENTATI 3.01 In submittin d, Bidder represents, as more fully set forth in the Agreement, that: A. er has examined and carefully studied the Bid Documents, and the following Addenda, receipt f all which is hereby acknowledged: Number Date 00400-Bid Form 00400-1 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement DOCUMENT 00400-BID FORM (continued) B. Bidder has visited the Site, City or Utilities and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regula4l t may affect cost, progress, performance, and furnishing of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests o subsurfa c s at or contiguous to the Site and all drawings of physical conditions in -or elating tfe surface or subsurface structures at or contiguous to the Site; and (2) r r and drawin of a Hazardous Environmental Condition, if any, at the Site. Bidder acl6no le s that s eports and drawings are not Contract Documents and may 0 complete is pur s. idder acknowledges that Owner and Engineer do not as respon ' ity or the c y or completeness of information and data shown nor i icated in the 0cume respect to Underground Facilities at or contiguous toI.t E. Bidder has obtained r ully stu assume sibili r having done so) all such additional or sup le ry examina ns, investi s, expl®ra on tests, studies, and data concerning cond on surfac ,sub u ce, and d round a at or contiguous to the Site or otherwis ay a ect st, pro performanc o furnishing of sequences, and procedur struction to mployed der and ety recautions and programs incident thereto. F. Bidder doe not ider th y addition a inations, investigations, explorations, tests, studies, 0r d twe necessa th dete of this Bid for performing and furnishing of the Work in c rdance it' th times, i nd other terms and conditions of the Contract Do ent. G. e is aw e gene f ork to be performed by Owner and others at the Site that r tes to Wo fo hich t s Bi is submitted as indicated in the Contract Documents. H. Bi rrelated the information known to Bidder, information and observations obtained from vi e Site, reports, and drawings identified in the Contract Documents, and all additional nations, investigations, explorations, tests, studies, and data with the Contract Documents. Bidder has given the Purchasing Division written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by the Purchasing Division is acceptable to Bidder. I The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. 00400-Bid Form 00400-2 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement DOCUMENT 00400-BID FORM (continued) K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, k1rin, or a corporation to refrain from bidding, and Bidder has not sought by collusion to obta r himself any advantage over any other Bidder or over Owner. ` L. Bidder will perform the Work in compliance with all applicable tren41safety st ain Occupational Safety and Health Administration (OSHA) Part 19�Subparrtt+P ?tfcrth ARTICLE 4 - BID PRICE X��� c 4.01 Bidders are required to provide pricing for al linit s. Bi all also l�peductive Bid Prices for all three (3) Deductive Alternatives in � ronic b d 4.02 The City intends to award this co the to lified r ve responsible bidder based on the total base bid as long as the b amount in the aof fund ertified for the project plus 25%. Deductive Altemativ e consi select e Cit/y�tut validating the remainder of the Base Bid. The Ci es ryes th�1 2 select a al or nouL o7�ia eductive Alternatives. The Deductive Alternates, se cl�l by th ty ill be t order arts A, then B, and then C. 4.03 In the event no bi ells with�Athe mount o n rtifieproject plus 25%, all bids shall be rejected and become confi..�e ` `� 4.04 Bidder shall complete e ork in acc la with the rraact Documents for the price(s) indicated in the Bidder's electron d nittal. B hall r e�try's online bidding portal for unit price bid and deductive alternate i v `` ARTICLE 5 ACT • 5.01 Bidder agrees V� e Work will be substantially completed and completed and ready for final payment within the ni calendar days indicated in the Agreement. 5.02 Bidder �➢TR the provisions of the Agreement as to liquidated damages in the event of failure to complete the thin the times specified in the Agreement. ARTI 6 - BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a cashier's check from a financial institution located in the State of Arkansas or a Bid Bond and in the amount of Dollars 00400-Bid Form 00400-3 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement DOCUMENT 00400-BID FORM (continued) B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. ARTICLE 7 - COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: ARTICLE 8 - TERMINOLOGY The terms used in this Bid have the meanings assigne As the authorized company) biddin€ of the General arA will comply Nth further ceetiffaN �J r to Bidders will 3 ; or corporation (hereinafter referred to as the at I have read and understand the requirements principles, agents and employees of the company statutes and regulations issued pursuant thereto. I ORT-UNNW I will1kaMpy with all requirements of 41 CFR Chapter 60 and Executive 375, including inclusion of all required equal opportunity clauses in each sub -contract Jf 10,000 and I will furnish a similar statement from each proposed subcontractor, when �1 also comply with all Equal Employment Opportunity requirements as defined by Section Lbilitation Act of 1973; the Age Discrimination Act of 1975; and Section 13 of the Federal Control Act Amendments of 1972 regarding sex discrimination. L OR STANDARDS I will comply with the Labor Standards Provisions contained in the Contract ocuments and furnish weekly payrolls and certifications as may be required by the City of Fayetteville to affirm compliance. I will also require that weekly payrolls be submitted to the City of Fayetteville for all subcontracts in excess of $2,000. OSHA REQUIREMENTS I will comply with the Department of Labor Safety and Health Regulations promulgated under Section 107 of the Contract Work Hours and Safety Standard Act (40 U. S.C. 327-333) in the performance of the contract. 00400-Bid Form 00400-4 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement DOCUMENT 00400-BID FORM (continued) PROCUREMENT PROHIBITIONS As required by Executive Order 11738, Section 306 of the Clean Air Act and Section 508 of the Clean Water Act, I certify that I will not procure goods and services from persons who have been convicted of violations of either law if the goods or services are to be produced by the facility that gave rise to the violation. DEBARMENT AND SUSPENSION I certify that to the best of my knowledge and belief e company that I represent and its principals: *'IQ 71 (a) Are not presently debarred, suspended, proposed for debarment, declaeed inel' 1 0 oluntarily excluded from covered transactions by any Federal department or agency, 111+ Aft (b) Have not within a three year period prece n� s proposal orvicted r d a civil judgement rendered against them for commission of fraud or iminal o en. connec n it obtaining, attempting to obtain, or performing a public (Federal te, or local) tra ion or c rider a public transaction', violation of Federal or State antitru es or o i n of e ent, theft, forgery, bribery, falsification or destruction of records a g false s ts, or rec i stolen property; (c) Are not presently indicted otherw' finally or charge(+ a vernment entity (Federal, State, or local) with comma io of any - h o rises en era d in p of this certification, and (d) Have not wi i ee- ear period prec is appli proposal had one or more public transactions (Federa State, or ) td%minated c- s or defaeU,6 I understand that a fa may e st t on th' erti ication r debarment and suspensionY be grounds for rejection of this sal or ter o of the In addition, under 18 USC Sec. 1001, a false statement may r ul i a ine. INu rtify th&t 1 obtain a similar certification for each subcontract awarded ine ess o 5,000. * 01 &�- 4V 00400-Bid Form 00400-5 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement DOCUMENT 00400-BID FORM (continued) 9.02 Execution/Signatures for Contractor Assurances above, Bid and Bid Form: SUBMITTED on 120 Arkansas State Contractor License No. If Bidder is: An Individual VC Name (type or printed): By: (SEA (Individual's Signature) Doing business as: Business address: NNW City, State, Zip: ACY Phone No: Fad No. Email Address: A Partnershi CO 6,, -A *�S Partn me: (SEAL) By: (Signature o al partner -attach evidence of authority to sign) Name o rinted): Bu a dress: ate, Zip hone No: Fax No. Email Address: 00400-Bid Form 00400-6 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement DOCUMENT 00400-BID FORM (continued) A Corporation or Corporate entity including Limited Liability Company (LLC) Corporation Name: State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: U (Signature -attach evidence of authority to sign) Name (type or printed): Title: Attest: (Signature of Corpora r tary) r to Business address: Phone No.: v ax No.: Email Address: 'Ilk r.2dft� Tax ID No.: END ENT 00400 Cj 00400-Bid Form 00400-7 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement U 00400-Bid Form 00400-8 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement DOCUMENT 00410 — BID BOND KNOW ALL MEN BY THESE PRESENTS: that we as Principal, hereinafter called the Principal, and a corporation duly organized under the 1 he Sta as Surety, hereinafter called Surety, are held and firmly bou t City of Fayetteville, 6 113 West Mounta e Fayetteville, Ar nsas 727 as Obligee, hereinafter bZ Owner, in the sum o Mars ($ °R ), for the payment of which sum, well and trul tc madal ands 'urety, bind ourselves, our heirs, executors, administrators, sum°essois and as ' �F� in and everally, firmly by these presents. WHERE pal ha d a o FAYETTEV LET SFER STATIO ROVEMENTS METAL PUSH CHUTE REPLACEMENT, BID 25-31, CO�TION REBID. NOW, THIS , if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contra vitl�t a Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specifl in the Bidding or Contract Documents with good and sufficient surety for the faithful i ormance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. 00410-Bid Bond 00410 - 1 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement DOCUMENT 00410 — BID BOND (continued) Signed and sealed this PRINCIPAL IM day of 20 (CORPORATE SEAL) low SURETY By k* 6 ATTO Y- -RA7 O TE SEAL) N N (This Bond shall be ed wiVi Attorney-in-Fact's au h from kJ&DOCUMENT 00410-Bid Bond 00410 - 2 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement DOCUMENT 00430 — LIST OF SUBCONTRACTORS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for: FAYETTEVILLE TRANSFER STATION IMPROVEMENTS METAL PUSH WALL AND CHUTE REPLACEMENT, Bid 25-31, Construction Rebid. Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Clearing/Demolition SWPPP/Erosion Control Asphalt Concrete Landscaping (I �y Material Testing * D Other (des at W. Subcontractor's Name and Address ow Wd �► PAW NOTE: must be submitted in accordance with the Instructions to Bidders. Bidder's Signature END OF DOCUMENT 00430 List of Subcontractors 00430-1 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement DOCUMENT 00430 — LIST OF SUBCONTRACTORS (continued) 00430 List of Subcontractors 00430-2 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement Contract No.: 25-31, Construction Rebid THIS AGREEMENT is dated as of the day of in the year 20 b3P,a'6 between The City of Fayetteville, Arkansas and (hereinaftN AS Contractor). ej ARTICLE 1 - WORK <F 1.01 Contractor shall complete all Work a ified or in ' the Co��ocuments. The work under this Agreement includes, b not limit t A. Removal and replac the me u wall i ransfer Station and the metal chute in the W t it. 1.02 The Contractor agrees rm the scribed ' e ontraADocuments and comply with the terms ther ' e amo wn in t opo 1.03 Any use of a rty du st or roll o o in sha a rocured from the City of Fayettevil ing and Tras Collect' ision. U a Non -City dumpster or roll off container is of all e . 1.04 Contractor is respo s le for,tai ' g all a li ble permits. The fees for City of Fayettevkaayv issued p shall be 1.05 The Con incl in City \0%Ptteville right-of-way, ARDOT (State) right-of- w1#y, a oad rig -o - and in 1 or Utility Easements. ARTICL - GIN 2.01 e ContrIet Documents ha een prepared by Hawkins -Weir Engineers, Inc. Hawkins - We' ers, Inc. assumes all duties and responsibilities, and has the rights and authority a4:�%'to Engineer in connection with completion of the Work in accordance with the C tract Documents. 2 The City of Fayetteville assumes all duties and responsibilities, and has the rights and authority assigned to The City of Fayetteville as Owner in connection with completion of the Work in accordance with the Contract Documents. 00500-Agreement 00500-1 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestone, if any, Substantial Completion and completion a readiness for final payment as stated in the Contract Documents are of the ess the Contract. 3.02 DATES FOR COMPLETION AND FINAL PAYMENT: A. The Work shall be substantially completed withi ca endar days er the date when the Contract Times ence to rovidZ�?e GENERAL CONDITIONS, and final c mp ' n and r y final p within 75 calendar days after the date ontrac comm run as provided in the GENERAL CON]--:INNO 3.03 LIQUIDATED D A. Owner an ctor re g that f the ® this Agreement and that of Fa ttev' a will su ncial to tf e Work is not completed «-i tim specifie above h y exte thereof allowed in accordance «i he G �O S® he a so recognize the delays, expense, and difficul ' involy in roving tual loss suffered by The City of F e le if the is not ially Completed on time. Accordingly, is of req ' i y such pr he City of Fayetteville and Contractor agree ® 6 at as li ui ama elay (but not as a penalty) Contractor shall pay The 4VCity evill e u and Dollars ($1,000.00) for each calendar day that extaires er the ti cified above in Paragraph 3.02 for Substantial Completion the Work is Substantially Complete. After Substantial Completion, if ontractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville One Thousand Dollars ($1,000.00) for each calendar day that expires after the time specified for completion and readiness for final payment. 00500-Agreement 00500-2 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) B. In addition to Liquidated Damages defined in Paragraph 3.03, all construction activities associated with the metal chute in the waste pit shall be limited to a consecutive seven (7) day calendar period between June 15 and June 29, 2025, a shall not commence until the completion of all improvements associated wi metal push wall and the armoring of the existing elevated concrete bea e waste pit. The Contractor shall be subject to Liquidated Dmages tth a unt of One Thousand Dollars ($1,000.00) per calendar r each da etal chute remains incomplete and the Station estore 11 operational capacity following the consecZer even (7 a lendar o ARTICLE 4 - CONTRACT PRICE 4.01 The CITY OF FAYET I E agre , and ACKOR agrees to accept, as full and final com for all one un agree a Qamount based on the unit prices bi opos wh' is heret ed, for a al amount accomplished under eac , said payments to b in lawf oney of the United States at the time and in a ma s oiAh in Ab i ications 4.02 As provideContrac ted qu i are not guaranteed, and determinations of actual qu n and el ons are to a ade by ENGINEER as provided in the General C9n s. Unit r' e be uted as provided in the Contract Documents. 4.03 nges, di ions, or ments in scope, price or fees to this contract shall not be allo a ut a prior formal contract amendment approved by the Mayor and the City C in advance of the change in scope, cost or fees. 1. Further, there shall be no changes to the scope and/or contract documents without prior written approval of the Engineer of Record and the City's designated Professional Engineer. 00500-Agreement 00500-3 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENER CONDITIONS. Applications for Payment will be processed by Engineer as ro in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS, RETAINAGE: A. The City of Fayetteville sha e progres s on Zd' f the Contract Price on the basis of Contrac Applic io or Pay t s recommended by Engineer, on or abo h day c month construction. All such payments will be m s by th e le of va e ablished in the GENERAL CONDITION d the c nit Pri k base&wn the number of units completed a even is no se f va s, vided in the General Requ' 1. or to Substantial C n, pro ayments will be made in an a Nato t r age ind' elow, but, in each case, less the ag a of pa en previous a and less such amounts as Engineer all dete or The ayetteville may withhold, in accordance with t CO ONS. ® a Wo pleted (with the balance being retainage). If Work s be eted as determined by Engineer, and if the character and pr gress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation 00500-Agreement 00500-4 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. 5.03 FINAL PAYMENT: A. Upon fmal completion and acceptance of the Work in accordance e GENERAL CONDITIONS, The City of Fayetteville shall pay the r nder of the Contract Price as recommended by Engineer andvided in NERAL CONDITIONS. 10 VC ARTICLE 6 - CONTRACTOR'S REPRESEWONS 6.01 In order to induce The City o -v ille to e i this A t, Contractor makes the following representations: A. Contractor has ed and nN studie ontract ocuments including the Addenda related a entified ' id D B. Contr visite the i e(s) and c e famili and is satisfied as to the g calNeo*'k- and Site conditio may aff ost, progress, performance, and fern hing . C. Contractor is f iliar w' an is satisfi a all federal, state, and local Laws and R s that m ct cost, p performance, and furnishing of the Work. D. o r for has studied ® ) explo ' and tests of subsurface conditions at or contiguous to ea face or E of physical conditions in or relating to existing structures at or contiguous to the Site; and Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect 00500-Agreement 00500-5 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. ♦ F. Contractor does not consider that any additional examinations, investig4i explorations, tests, studies, or data are necessary for the performing and fu ' of the Work at the Contract Price, within the Contract Times, and in c d e with the other terms and conditions of the Contract Doc ♦ G. Contractor is aware of the nature of e p y The City of Fayetteville and others at the Si at relate to Work a Rkated in the Contract Documents. H. Contractor has corf at the n know t ontractor, information and observations o e from v' ' e Site, o and Agwings identified in the Contract ts, and ditional atio ations, explorations, tests, nat(witlit e Contra ments. I. ision n notice of all conflicts, errors, ttr as discovered in the Contract Documents aull the viDttenNresolutio eof by the Purchasing Division is accei to Contra J. e ontractents are erally sufficient to indicate and convey An�k �6 ®6dersta. ' all ter conditions for performance and furnishing of the Wor ARTICLE 7 - CON CT DOCUM S 7.01 CO A he Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in this Agreement and in the GENERAL CONDITIONS: This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. 00500-Agreement 00500-6 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. a. The Performance and Payment Bond shall be one hundred perce (100%). b. The Contractor shall file the Performance, Payment and Warra ds at the Washington County Clerk's office prior t provid' 1 arked copy of the filed Performance, Pay n Warranty nds to the Owner or Engine 4. General Condit 5. Supplemen itions. 6. Specific o onsistin isions a ons a listed in Table of Cont ojec u 7. w gs co isti f a cov t and listed in the Table of tents ther rawin each eet aring the following general title: .1d115JLF,rQ1k63MULU1.1 111 1 UMR ;11L.b — 1V11FLa1 r U.bll VV all allu %-11ULG 91�1 V )� s sive. which ay a delivered or issued after the Effective Date of ® e of attached hereto: All Written Amendments and :n amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. ASSIGNMENT OF CONTRACT: a No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may 00500-Agreement 00500-7 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, ♦ assignment will release or discharge the assignor from any duty or respons' under the Contract Documents. 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds e , his partne successors, ♦ assigns, and legal representa ' o the oth reto, i s, successors, assigns, and legal representa in res et all co a , agreements, and obligations containe ntract ts. 8.04 SEVERABILITY: A. Any provision a of the Do cu eld to bc void or unenforceable under any Regula ' 11 be de ick ® emaining provisions shall to be lid bindin he Ci yetteville and Contractor, w that the Contract Do s shall ormed to replace such stricken pro sion erof t lid and a ale provision that comes as close as possible t pressin e i ention of e icken provision. Ir 8.05 FREEDOM ORU' TIA1ACT: A. Cit ntracts " ments pia+fd while performing city contractual work are ® 6b'lject t nsas of Information Act. If a Freedom of Information Act r prese ity of Fayetteville, the contractor will do everything po ibl provide cuments in a prompt and timely manner as prescribed in the sas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally uthorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.06 ENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§18-44-501 through 508) prohibits the filing of any mechanics of materialmen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any 00500-Agreement 00500-8 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their writte acknowledgement of such notice prior to commencement of the work o ��'Lto' subcontractor or materials supplier. IN WITNESS WHEREOF, The City of Fayetteville and Contracto igned this eement in quadruplicate. One counterpart each has been de ' to Contra ee cou each has been retained by The City of Fayetteville. All portio s o Contra ments h e en signed, initialed, or identified by The City of Fayetteville a ctor. 00500-Agreement 00500-9 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) This Agreement will be effective on , 20_, which is the Effective Date of the Agreement. CONTRACTOR: I0 (Type or legibly print) +,b, CITY OF FAYETTEVILLE +*IQ By: 1Z pe or legi (Signature) (S' t e) Title: itle: Contractor shall attach e 'denc a ordy towi If Contractor is a corporation, o orate ity LLC, ics xrlk%�O'r shall attach Corporate Resolution authorizing Contracto ' s ure and e on of Ag Further if Contractor is rporati rate entit LC, Contractor shall also attach a copy of the Contractor's 4A of Inco and a the Arkansas State Secretary of State to document that the c , corp a or t ent "Good Standing" with the State of Arkansas and such entity i nnittedAo p rm work State of Arkansas. C:i (SEAL) est Attest (SEAL) 00500-Agreement 00500-10 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) Address for giving notices License No. Agent for Service of process Address for giving notices 113 W. Mountain St. Fayetteville, AR 72701 (Type or legibly print) 0 (Signature) Contractor shall attach evidence authori of gent for e process to sign. If Contractor is a corporation, corporate t r LLC, C for shall orporate Resolution authorizing Agent for Service process authorit sign. * 6 4V (If Contractor oration, corporate entity or LLC, a c dence of authority to sign.) Approved as to Form: By: Attorney For: ID10Ixel W3x40ICOW19111141111 00500-Agreement 00500-11 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) 00500-Agreement 00500-12 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00550 - NOTICE TO PROCEED Note: The following Notice To Proceed Document will be completed after Contract Award. lice] Contract Name/Title: Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement Contract No Owner: 25-31, Construction Rebid City of Fayetteville, Arkansas, You are notified that the Contract e ) and ove C a will commence to run on y that u are toV erfon I your obligations under the Contract Documents. In accordance with t Vepeement e" Ow ® ntractor, the date(s) of Substantial Completion a omple n r dy for fi a ent are and respectivel Before you may start any world 3e Site, the al Con ' i rovide that you and Owner must each deliver to the other, (wi pies to En e and o tified additional insureds) certificates of insurance, which eac is a uired t and m n accordance with the Contract Documents. Also before you sta any w e Site, o must submit the following: ♦ _ . _ . ® -- 3. Sat' ry evidence of insurance in accordance with the requirements of the General 4. Wporary erosion control requireiments as specified. KNMaintenance of Traffic as specified. 00550-Notice to Proceed 00550 - 1 January 2025 City of Fayetteville, Arkansas Fayette47lle Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00-S-50 - NOTICE TO PROCEED (continued) You are required to return an acknowledgement copy of'this Notice to Proceed to the Owner. Dated ONVNER City of Fayetteville 13y: e)Q Signature: Title: Date: %e ��o ACC:EPTANC E' OF N(.)':l10E '.l'O PROZ . 1 .'TOR By: ure: tle Date 't=) Copy to Eng' eer (i se Certified X , Return R.eeei. nested) END OF DOCUMENT 41\ N 00550-Notice to Proceed 00550 - 2 7arniaiy 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00610 — PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT *6 as Principal, hereinafter called Contractor, and as Surety, hereinafter called Surety, are held and y ound u City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 7270 as Obligee, hereinafter called Ow , ' the am f f t ayment whereof Contractor and Surety bind es, t it executo inistra r essors and assigns, jointly and severally, these prese WHEREAS, Contracto as by,%N-rilteg AlWeement e , 20 , entered into a contract with Owner for Fay It Transf io Impro 1 sh Wal ute Repla ment 5-3 ion which contract is by ence made a part hereof, and is hereinafter referred to as the Contract. NOW, THERE HE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly a lly perform said Contract, then this obligation shall be null and void; otherwise it shall r full force and effect. We hereby waives notice of any alteration or extension of time made by the Owner. Wh ever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations, thereunder, the Surety may promptly remedy the default, or shall promptly: A. Complete the Contract in accordance with its terms and conditions, or 00610-Performance Bond 00610-1 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00610 — PERFORMANCE BOND (continued) B. Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under t N6 contract or contracts of completion arranged under this paragraph) sufficient funds e cost of completion less the balance of the Contract Price; but nQbwxceeding, ' other costs and damages for which the Surety may be liable here e amouw set rth in the first paragraph hereof. The term "balt the Contr ce," as u is paragraph, shall mean the total amount payabl er to for and C ntract and any amendments thereto, less the proper, 4141 Owner ractor. Any suit under this Bond must be ins, fore th^D ion of a from the date on which final payment under the Contract e. No right of action shall accru n on a use a perso c ation other than the Owner named herein or th a s, xecuto a inistrat succesiors Owner. Signed and sealed this da of 0 — 43� 0 CONT CT (CORPORATE SEAL) (Type or legibly 6m't) By: (Type or legi y print esFj (SignatureQ,,� 4 00610-Performance Bond 00610-2 January 2025 (Type or legibly print) City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00610 — PERFORMANCE BOND (continued) SURETY (Type or legibly print) I3 COUNTERSIGNED: Resident Agent State of Arkansas (Type or legibly print) By (Type or legibly rint) —4Q) (Signature) i ature) 6 ATTORNEY - T CO TE SEAL) (Type or legibly print) (Signature) 10 1 .0 (This Bond shall acc anied Attorney-in-Fht a ority f ty) Approved as to Form: z N (T-N-pe or legibly print) (Signature) Attorney for (Type or legibly print) END OF SECTION 00610 00610-Performance Bond 00610-3 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00610 — PERFORMANCE BOND (continued) 00610-Performance Bond 00610-4 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00611— LABOR AND MATERIAL PAYMENT BOND This Bond is issued simultaneously with Performance Bond in favor of Owner conditioned on the full and faithful performance of the Contract. KNOW ALL MEN BY THESE PRESENTS: that as Principal, hereinafter called Contractor, and as Surety, hereinafter called Surety, are h ly boup City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas RT2 as Obligee, hereinafter ca der, fo he e and ben claiman s einbelow defined, in the amount of $ ,for the ent w e incip nd rety bind themselves, their heirs, executors, admmI a r , Sul o and ass' , ' tly and s ly, firmly by these presents. WHEREAS, Contractor has b Agrea d , 20, entered into a contract with Owner for Faye iJ Nelr#ansfer St mprove Meta s Walla Replace ® 5-31, C ns n Reb' which contr s by re en ade a p of, and is hereinafter referred to as the Contract. NOW, THERE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make t to all claimants as hereinafter defined, for all labor and material used or reasonably re, for use in the performance of the Contract, then this obligation shall be void; otherwise ' 'h emain in full force and effect, subject, however, to the following conditions: TN claimant is defined as one having a direct contract with the Contractor or with a Subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental of equipment directly applicable to the Contract. B. The above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of 90 days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this Bond for the use 00611-Labor and Material Payment Bond 00611-1 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00611— LABOR AND MATERIAL PAYMENT BOND (continued) of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. C. No suit or action shall be commenced hereunder by any claimant: 1. Unless claimant other than one having a direct contract with Principal, shall 14 given written notice to any two of the following: the Contractor, the Own Surety within 90 days after such claimant did or performed the last of th or labor, or furnished the last of the materials for which said cl ' is mad with substantial accuracy the amount claimed and the na o the pare toz om the materials were furnished, or for whom the work b was done performed. Such notice shall be served by ailing the sari r i terejirI7i certified mail, postage prepaid, in an enve dressed t ctor, OSurety, at any place where an office is reg mainta' e40 r the tr s ion of business, or served in any manner in ich legal pro c y be se the state in which the aforesaid Project is save s service of be made by a public officer. 2. After the expirat one ye ing the whic Contractor ceased Work on the Contr eing un o , howe ha if at�r 1' i ion embodied in this Bond is pro d b L control ' h con ereof, such limitation shall b deo d to b am d so as ual to imum period of limitation p it `such La 3. Ot r than in tatcourt of t jur' in and for the county or other poli ical s ivisi of th�stat i which ect, or any part thereof, is situated, or in the n to States Distri court for e strict in which the Project, or any part there i rtuated, an941sewhere D. The am n o s Bond s al a redu d nd to the extent of any payment or payments mad in go aith herNM2 , inclusi e o e payment by Surety of mechanics' liens which may 'le of reco sai ovement, whether or not claim for the amount of such esen nd a a is ond. Signed and seal day of 20 TRACTOR (CORPORATE SEAL) (T p ly print) (Type or legibly print) (Signature) 00611-Labor and Material Payment Bond 00611-2 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00611— LABOR AND MATERIAL PAYMENT BOND (continued) SURETY (Type or legibly print) Ia (Type or legibly print) COUNTERSIGNED: Resident Agent State of Arkansas (Type or legibly p ' t) By ( egibly (Signature) ignatu 6 ATTORNEY- T (C ATE SEAL) (Type or legibly print) (Signature) (This B n accompanied Attorney -in -Fact' tho ty fi o Approved as to Form: (Type or legibly print) (Signature) Attorney for (Type or legibly print) END OF SECTION 00611 with 00611-Labor and Material Payment Bond 00611-3 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00611— LABOR AND MATERIAL PAYMENT BOND (continued) 00611-Labor and Material Payment Bond 00611-4 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00640 — WARRANTY BOND We, , as principal ("Principal'), and _ as surety ("Surety'), are hereby jointly and severally held and firmly bound unto the City of Fayetteville for the payment of Dollars (S ), subject th terms and conditions provided herein. WHEREAS, Principal executed and entered into that certain Agreement wi City of Fay e or Fayetteville Transfer Station Improvements - Metal Push Chute epla ment Bid 25-31, Construction Rebid dated 20 "Co etthe si ns of which are incorporated herein by reference, and unlesN ise def em all deft erms used or referred to herein shall have the meaning ascribed the'et in th t t. Ina i n to other obligations and liabilities, the Contract required Prin itwl to mfonm for th t and to furnish this Bond to City of Fayetteville in compliance wi t Genera ions. 6 NOW THEREFORE, the o kg s of mci nd Sure n shall full force and effect as provided herein, subje to c m g null oid upo current of e er or both of the conditions that (a) Principal sha erf and satisfy ations a . bilities of Principal under the warranty and guarantee ovisions le 2 the e eral ns, as modified or supplemented by the Supplementary Condit r any other°= pUcable Co ocuments, at any time within two years after the date of FiVaIAL nce orch 1 ger p o ime as may be prescribed therein (the "Warranty Period'), allch inclu w1 out 1' t either correcting the defective Work, or removing and replae' g nondef ti ork, g all direct, indirect or consequential costs of such correction o remo nd rep all as pro therein, or (b) City of Fayetteville shall fail to institute a lawsu' do or oth edin this Bond before the expiration of three (3) months following ® e W rod. AM FURTHER ROVI D, that (a) any changes, modifications, amendments, alterations or supplementatio i t the Contract, and Contract Documents or the Work, or the giving by City of Fayetteville of nsion of time for the performance of the Contract, or any other forbearance on the part of either ' o Fayetteville or Principal to the other, shall not in any way release the Principal or Surety, or f them, from their liability hereunder, notice to the Surety of any of the foregoing being hereby , (b) in no event shall the aggregate liability of Surety exceed the amount set out herein, a rights and obligations hereof shall be binding upon and shall inure to the benefit of Principal, , ity of Fayetteville and their respective heirs, legal representatives, partners, privies, successors andtyssigns, provided that nothing herein shall authorize the assignment of any such rights and obligations. Date of project final completion is The bond shall be 25%of the final project value and shall be effective for a period of two years. 00640-Warranty Bond 00640-1 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00640 — WARRANTY BOND (continued) Executed on the day of 20 By (Type or legibly print) (Signature) (Type or legibly print) le Attest - (Type or leM print) (Signature Surety END OF SECTION 00640 U f.91l.111Il 00640-Warranty Bond 00640-2 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 - GENERAL CONDITIONS TABLE OF CONTENTS ARTICLE 1 - DEFINITIONS AND TERMINOLOGY.......................................................1 1.01 CONTRACT DOCUMENTS:............................................................................................ 1.02 DEFINITIONS. 1.03 TERMINOLOGY:..................................................................................................... .... ARTICLE 2 - PRELIMINARY MATTERS .............................. ................. . ..........5 2.01 DELIVERY OF BONDS :.............................................. ... .. ............. ...................... 5 2.02 COPIES OF DOCUMENTS :...... .. . ................ �.. ................... ...................... 5 2.03 COMMENCEMENT OF CON RA TIME O CE TO ED:..................... 5 • 2.04 STARTING THE PRO .. ............. .... ............. .. ........................................ 6 2.05 BEFORE STARTING RUCT ................................................. 6 2.06 PRECONSTRUC NFE ............... ............. ..............................6 IL 2.07 FINALIZING UL :. .... ............... 0............ ®. ..............................6 ARTICLE 3 - CT DOC ENTS: NT, E ING, REUSE...............6 3.01 INTEN • ..............N......... .. ................ ......................................................... 6 3.02 AMENDING 93SUPPLE G CO T DOCUMENTS :.......................... 8 3.03 OWNER AND REUkw DO C:............................................................. 8 ARTICLE 4 - A LAB F LA DS; HYSICAL CONDITIONS; ® FER OIlN...................................................................................8 4.01 AIL OF L ..................................................................................... 8 4.02 UNF S SUB SL RF CE CONDITIONS:............................................................. 8 4.03 CONDITIONS - UNDERGROUND FACILITIES :...................................... 9 4.04 ERENCE POINTS:................................................................................................... 10 4.05 SBESTOS, PCBS, PETROLEUM, HAZARDOUS WASTE, OR RADIOACTIVE MATERIAL: ..................................................................................................................... 10 A I LE 5 - BONDS AND INSURANCE.........................................................................11 5.01 PERFORMANCE AND OTHER BONDS:..................................................................... 11 5.02 INSURANCE:.................................................................................................................. 12 00700-General Conditions Table of Contents 00700-i January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES...................................................17 6.01 SUPERVISION AND SUPERINTENDENCE:............................................................... 17 6.02 LABOR, EQUIPMENT, AND MATERIALS:................................................................ 18 6.03 ADJUSTING PROGRESS SCHEDULE: ...................................................................... CHEDULE:......................................................................1 6.04 SUBSTITUTES OR "OR -EQUAL" ITEMS:................................................................... 6.05 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS ............. 0 6.06 PATENT FEES AND ROYALTIES:.......................................................... .... ... ...... 21 6.07 PERMITS:........................................................................... .................... 22 6.08 LAWS AND REGULATIONS :... .. ................... .. ............ 22 6.09 TAXES :.......................................... . .............. ...... .............. .... ............................22 6.10 USE OF PREMISES:........... ... ..................................................... 22 6.11 RECORD DOCUMENT :. ................. ... ............. .............................................. 23 6.12 SAFETY AND PR ON ..... ...... .............I. ............................ 23 6.13 EMERGENCIES . ................ . .............. ........... ®.. .... ............................ 24 6.14 SUBMITT ......... ........................ ..P ........... ........................................24 6.15 CON T WO .............. ..............................................................25 6.16 INDE FICAT :.. ............... ................. .. ..................................................25 ARTICLE 7 - OT R K.... ... ............... .........................................................26 7.01 RELr RK ......... ....................................................................... 26 7.02 O ATION.. ................1.................................................................................27 AM ARTIC OES LTIES................................................................27 8.01 CO TIONS:...........................................................................................27 8.02 OF ENGINEER:............................................................................................. 27 8.03 RED DATA:......................................................................................................... 27 8.04 S AND EASEMENTS:.......................................................................................... 27 8.05 INSURANCE:.................................................................................................................. 27 6 CHANGE ORDERS:........................................................................................................ 27 8.0 INSPECTIONS AND TESTS: ......................................................................................... 28 8.08 STOPPING THE WORK: ................................................................................................ 28 8.09 LIMITATIONS ON OWNER'S RESPONSIBILITIES:.................................................. 28 00700-General Conditions Table of Contents 00700-ii January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION .............................28 9.01 OWNER'S REPRESENTATIVE:.................................................................................... 28 9.02 VISITS TO SITE: ............................................................................................................. 28 9.03 PROJECT REPRESENTATION: ....................................................................... 9.04 CLARIFICATIONS AND INTERPRETATIONS:.......................................................... 9.05 AUTHORIZED VARIATIONS IN WORK: ......................................................... 9 9.06 REJECTING DEFECTIVE WORK: ............................................. #.#. ............ .... ... .... 29 9.07 SUBMITTALS, CHANGE ORDERS, AND PAYMENT ...................... ............... 29 9.08 DETERMINATIONS FOR UNIT CES:......... .. .................... 29 9.09 DECISIONS ON DISPUTES: .... ... . .............. ...... .............. .... ............................ 30 9.10 LIMITATIONS ON ENGI ' RESPO S TIES:.. 30 ARTICLE 10 - CHANGES IN ORK .......................................................31 10.01 GENERAL:........ .. .................. ....... .............................. 31 ARTICLE 11 - CH F CO T CT P .......................................................32 11.01 GE ......... .......................... .............. .................................................. 32 11.02 COST T ...... ... ............... ......................................................33 ...... . 11.03 CONTRACTO EE..... ..............................................................................35 11.04 CAS WANCE ............. ......................................................................36 11.05 UNI P E WO J . .................................................................................................. 36 11.06 ® T OF ........®. .................................................................................. 36 w4V-,.- Vw ARTICL - CHAr6 OF C NT CT TIMES............................................................37 12.01 GE:....................................................................................................................... 37 ARTICLE 1 iARRANTY AND GUARANTEE; TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE 11VORK............................................................................................................38 .0 W:ARRANTY AND GUARANTEE:............................................................................... 38 13. ACCESS TO THE WORK: .............................................................................................. 38 13.03 TESTS AND INSPECTIONS:......................................................................................... 38 13.04 DEFECTIVE WORK: ...................................................................................................... 39 13.05 UNCOVERING WORK: .................................................................................................. 39 13.06 OWNER MAY STOP THE WORK: ................................................................................ 40 00700-General Conditions Table of Contents 00700-iii January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) 13.07 CORRECTION OR REMOVAL OF DEFECTIVE WORK: ........................................... 40 13.08 TWO-YEAR WARRANTY AND CORRECTION PERIOD :........................................ 40 13.09 ACCEPTANCE OF DEFECTIVE WORK: ..................................................................... 41 13.10 OWNER MAY CORRECT DEFECTIVE WORK :............................................ ........... ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION ................ ....42 14.01 SCHEDULE OF VALUES:........................................................... A ............. .... 42 14.02 APPLICATION FOR PROGRESS PAYMENT:. . .. AYMENT:....... ................. ................. 42 14.03 CONTRACTOR'S WARRANTY OF TITLE:........ ........ ............... .. ................. 42 14.04 REVIEW OF APPLICATION F GRESS NT:... ........................ 42 14.05 SUBSTANTIAL COMPLETION:. ... . ............. .. .. ............................... 44 14.06 PARTIAL UTILIZATIO .. .......... .................. .......................................... 45 14.07 FINAL INSPECTIO ............... .............................................. 46 14.08 FINAL APPLIC FOR PA :...... .... �... .. 46 14.09 FINAL PA ANCE:. .... .......... ............................ 46 14.10 CON CON G OB ION .. ................................................ 47 14.11 WAI L S: ,,TILE AC CE OF FINAL PAYMENT WILL NS 47 14.12 INTEREST: N T PLIC L ................. .............................................................47 ARTICLE 15 - 1 WSION ORK ERMINATION...................................47 15.01 'NE Y SNZ O:................................................................................47 15.02 R N .................................................................................48 MAY15.03 1 TORK OR TERMINATE :............................................. 49 ARTICLE 16 OLUTION OF DISPUTES....................................................................49 16.01 LUTION OF CLAIMS AND DISPUTES.............................................................. 49 ART 7 - MISCELLANEOUS......................................................................................50 17,01 ® GIVING NOTICE: ........................................................................................................... 50 17.02 COMPUTATION OF TIME: ........................................................................................... 50 17.03 CLAIMS, CUMULATIVE REMEDIES:... 17.04 FREEDOM OF INFORMATION ACT ..... 00700-General Conditions Table of Contents 00700-iv ................................................................. 50 ................................................................. 52 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) This document is based upon Engineers Joint Contract Documents Committee "Standard General Conditions of the Construction Contract," with modifications. ARTICLE 1 - DEFINITIONS AND TERMINOLOGY 1.01 CONTRACT DOCUMENTS: 1. The Contract Documents establish the rights and obligations of the p and shall consist of the documents listed in DOCUMENT 00500, AGREEMENT. B. Reports and drawings of subsurface and physical cond' ' s and appX'")tnittals by Contractor are not Contract Documents. C. Only printed or hard copies of s listed in su ps ph 1. ontract Documents. Files in electronic a 'a format of text, dategr,icy and the like that may be furnished by Own to tractor n Contraents. 1.02 DEFINITIONS: A. Wherever used in eneral i ns or el er in the Contract Documents, the following t h e the viags indicatc e w, wh' are applicable to both the singular a ral they 1. a" - o graphic an es or i r ns of the Contract ents i ued y Owner o the op ' g Bids. 2. greement" written ent bet en ner and Contractor erilw the Work to b ed, oth tract Documents are attached to A ev ent end made a part th as provided therein. 3. p ation for Pa At" - the o eptable us Contr t° �during thepou of 6 to Engineer which is to be the Work in requesting progress and ipanied by such supporting ' i s is req the Contract Documents. any material &A contains more than 1% asbestos and is friable as fibers into the air above current action levels t t States Occupational Safety and Health id" - the fbimil offer of the Bidder submitted on the prescribed Bid Form together with the required Bid security and all information submitted with the Bid that pertains to performance of the Work. "Bidder" - any person, firm, or corporation submitting a Bid for the Work or their duly authorized representatives. "Change Order" - a written document signed by Owner and Engineer authorizing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued on or after execution of the Agreement. "Contract Drawings" - drawings and other data designated as Contract Drawings prepared by Engineer for this Contract which show the character and scope of the Work to be performed and are referred to in the Contract Documents. "Contract Price" - the total monies payable to Contractor under the Contract Documents as stated in the Agreement. 00700-General Conditions 00700-1 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) 10. "Contract Times" - the number of days or the dates stated in the Agreement to: (i) achieve Substantial Completion; and (ii) complete the Work so that it is ready for final payment as evidenced by Engineer's written recommendations of final payment. 11. "Contractor" - the person, firm or corporation with whom Owner has entere into the Agreement. 12. "Date of Contract", "Effective Date of the Agreement" - the date of the CIIS Council Approval also indicated in the Agreement. 13. "Engineer" or "Engineer -Architect" - Architect, engineer, or other professional who is either employed or has contract with O t e in a design capacity and whose consultants, me partners, o ees, or agents have prepared and sealed the Drawi , Specif tion . 14. "Engineer's Consulta t" - an individu ® y � y hav' act with Engineer to furnish s ce as Engi depend ssional associate 2or consultant with respe o the ct 15. "Equipment" pr t with a nal or n tional parts, whether motorizee?rnudlly op requir ce connections, such as wiring o, 16. "Field Owritt issued weer ich orders minor chanor c rdance aragraph .0 but which does not i o cha th ontract i or the t imes. 17en al Re irera s" - Se , -- DIVI of the Specifications. r General rement e n to all etio f the Specifications. 18. aza ous Waste" - the m Hazardo to shall have the meaning pr db SNctiog 100 ,qf he Soli Disposal Act (42 USC Section OOZY amended 19. law of reunder. " awsNk �_a ordinaodes w VT ?... - * Qh 1 4V 22 24. 25 00700-General Conditions n=time to tim e of th which shall govern the performance ' ` P,7-or Regulations" - laws, rules, regulations, orof any and all governmental bodies, kc,interests, courts having jurisdiction. or encumbrances on Project funds, real erty, o ers l property. terials' r ucts substantially shaped, cut, «worked, mixed, finished, refined, or otherwise fabricated, processed, or installed to form a part of the Work. "Notice of Award" - the written notice by Owner to the apparent successful Bidder stating that upon compliance by the apparent successful Bidder with the conditions precedent enumerated therein, within the time specified, Owner will sign and deliver the Agreement. "Notice to Proceed" - the written notice by Owner to Contractor fixing the date on which the Contract Times will commence to run and on which Contractor shall start to perform Contractor's obligation under the Contract Documents. "Owner" - the City of Fayetteville, Arkansas, a constitutionally chartered municipal corporation, with which the Contractor has entered into the Agreement and for whom the Work is to be provided. 00700-2 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) 26. "Partial Utilization" - placing a portion of the Work in service for the purpose for which it is intended (or a related purpose) before reaching Substantial Completion of all the Work. 27. "PCBs" - Polychlorinated biphenyls. 28. "Petroleum" - petroleum, including crude oil or any fraction thereof which i liquid at standard conditions of temperature and pressure (600 Fahrenheitla 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil'%�o sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Wastes and crude oils. 29. "Program Manager" —NOT USED. 30. "Project" - the total construction of which the to be pr+elshere riderthe Contract Documents may be the whole, or s indica in the Contract Docume 31. "Project Manual" - o d docu dn inform pared for bidding and constructing Wo . A list e conte t e Project Manual, which may b b one or re umes, ' med in the table(s) of contents. 32. "Radioactiv ial" - pecial uma , or byproduct material as defined b-V the Atomic Act of US ection 2011 et seq.) as ameng z time33. "RePro, ep sentativ - e auth sentative of Engineer who is assig d t constru o i e or a a ereof. 3 efefence D gs" - d not spkifica prepared for, nor a part of, C tract, but which inform o ertinent to the Work. 35. "S " -hysi lxaples of E t, Materials, or workmanship that aftrepresentative, of some por the Work and which establish the V'I c ds by w ' kh such porti Work will be judged. 36.op Draw' "- alldra��i 'agrams, illustrations, schedules, and other or ' ion which air; ecifically prepared or assembled by or for Contra sub ed by Contractor to illustrate some portion of the ® or, . " ands 1 1 icated in the Contract Documents as being is ed b Ow upon which the Work is to be performed, including is-of-w easements for access thereto, and such other lands furnished by Owner which are designated for the use of Contractor. "Specifications" - those portions of the Contract Documents consisting of written technical descriptions of the Work, and covering the Equipment, Materials, workmanship, and certain administrative details applicable thereto. 39. "Subcontractor" - an individual, firm, or corporation having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 40. "Submittals" - all Shop Drawings, product data, and Samples which are prepared by Contractor, a Subcontractor, manufacturer, or Supplier, and submitted by Contractor to Engineer as a basis for approval of the use of Equipment and Materials proposed for incorporation in the Work or needed to describe proper installation, operation and maintenance, or technical properties. 00700-General Conditions 00700-3 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) 41. "Substantial Completion" - the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer as evidenced by his definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be used for the purposes for which it was intended. 42. "Supplementary Conditions" — part of the Contract Documents which amends and/or supplements these General Conditions. 43. "Supplier" - a manufacturer, fabricator, supplier, distributor, materia n, vendor. 44. "Underground Facilities" - all pipelines, conduits, d ts, cabl , manholes, vaults, tanks, tunnels, or other sue a ' 'ties or att s, and any encasements containing such facilities have bee.% inst led underground to furnis of the foll *' o services als: electricity, gases, steam t id Petro ducts, e or other ff communications, cable t ision, a and dr ' m�ge removal, traffic or other control s'tster water 45. "Unit Price NVorWork on the si Unit Prices. 46. "Work" - e e;e' comp nstrucf a various separately identifiabk parts there red to b ed u r the Contract DocuOd s. Work ' suit of mg serPhd a furnishing of Bins e, rnishin , and incorporating als an Equipment into a structi s required by the tr ct Documents. 4 . or Change Directiv ritten di et to Contractor, issued on or aft the eive a gre e signed by Owner and r ended by E , orderin ddition, deletion, or revision in the t r r respo g to differi oreseen physical conditions under b*dich the s be p as provided in Article 4 or to emergencies under P a .13. Change Directive will not change the Contra e or the Con Times, but is evidence that the parties expect ® tat nge dor documented by a Work Change Directive will be ated in® e ently issued Change Order following negotiations he parti as s e ect, if any, on the Contract Price or Contract Times provided P a�ranh 10.O1B. 49. "Written Amendment" - a written amendment to the Contract Documents, signed by Owner and Contractor on or after the Effective Date of the Agreement, and normally dealing with the nonengineering or nontechnical rather than strictly Work -related aspects of the Contract Documents. "Year 2000 Compliance" or "Year 2000 Compliant" — means that equipment, devices, items, systems, software, hardware, and firmware included in the Work or used to produce the Work shall properly, appropriately, and consistently function and accurately process date and time data (including without limitation: calculating, comparing, and sequencing) on and after December 31, 1999, including leap year calculations. 00700-General Conditions 00700-4 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) 1.03 TERMINOLOGY: A. Whenever used in these General Conditions or elsewhere in the Contract Documents, the following terminology shall have the intent and meaning specified below: 1. The words "as indicated" refer to the Drawings and "as specified" refer to the remaining Contract Documents. 2. The terms "responsible" or "responsibility" mean that the party to which term applies shall assume all responsibilities thereto. 3. The term "approve", when used in response to Submittals, requests, applications, inquiries, reports and claims by Contra ` r, will behek limitations of Engineer's responsibilities a&nds,,,r specified. in these General Conditions. In no case will "apprngineer be interpreted as a release of Contractor m responsib' ' r gents of Contract Documents. 4. When applied to E uip t and M i ,the wor ish", "install", and "provide"4 an the fo o a. The wor de" shall me o furnish, r, deliver, assemble, install a 'u clean a ise maNNkterials and Equipment fit for their t ed use. b. T d `Tumislf, s mean o , paZ fbel iver to Site, unload and crate E iptn nt and s. Q. The wor `ms I'" shall n ssem in position, incorporate itt-the W just, cleoft, and make4kt for use. id.,T e phrase "furnish an install" sha equivalent to the word e�y " id' 5. T e rd day" sh situte a r day of twenty-four hours mea d from midnig tt to the t dnight. ARTICLE 2 - PRE RYNUTJERS 2.01 DEL ER BO <:�hen deliv e e cuted Agreements to Owner, Contractor shall also del' er s ex ed and recorded Bonds as Contractor may be required to fui ish ccordan w' Paragraph 5.01. 2.02 COP E OCUMENTS: A wner will furnish to Contractor copies of the Contract Documents as stated in the General Requirements. 2.03 O NCEMENT OF CONTRACT TIMES• NOTICE TO PROCEED: A. The Contract Times will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time mutually agreed upon by the Contractor and the Owner within 60 days after the Effective Date of the Agreement upon completion of required executed documents. Unless modified by formal written agreement, the Contract Times will commence to run no later than the 90't' day after the Effective Date of the Agreement. 00700-General Conditions 00700-5 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) 0XIZ�W§II_\;71YI0Its Y:IaW;Z0almom I A. Contractor shall start to perform the Work on the date when the Contract Times commence to run, but no Work shall be done at the Site prior to the date on which the Contract Times commence to run. 2.05 BEFORE STARTING CONSTRUCTION: A. Before starting construction and undertaking each part of the Work, Contract carefully study and compare the Contract Documents and check and verify t figures shown thereon and all applicable field measurements**Contra promptly report in writing to Engineer any conflict, errs r discrepan h Contractor may discover and shall obtain a written interpretation o�6clari ation from Engineer before proceeding wjohwny Work a%`Ltcd thereby; howevIft Contractor shall not be liable to Owner o g eer for failure to report any c lict, error, or discrepancy in the Contrac Doc ents, u s ontractor had actual knowledge thereof or should reasosi ve know th of. B. Within thirty (60) days the E ate of t ement, and before Contractor starts V4-o at the 15 ntracto bmit items as noted in Document 005 tice to a (and as d) to Awineer for review. C. Further, be Work ite is sta ontractot 11 liver to Owner, with a co t ngin , c ' ates an h evide a urance requested by Own Contra or i equired re ase nd in in accordance with P graph 5.02 (and O r shall d 'v o Con or c ificates and other evidence of surance r estgq by Con c ich O required to purchase and mai ain ' cor nce witk a, aph 5.0 2.06 PRECONSTRUCU CONFERENY. A. i days itft ffect' e the Agreement, but before Contractor s a e Wor te, a co attended by Contractor, Engineer, and others X6a!as a ropria held to 'scus the schedules referred to in Paragraph 2.05B, to ® cusss for lta ubmittals, processing Applications for Payment, and t e a w n e tanding among the parties as to the Work. 2.07 ALIZING S DULE A. �edule shall be finalized in accordance with Specification SECTION 01321. The lized construction progress schedule will be acceptable to Engineer if it provides cban orderly progression of the Work to completion within the Contract Times, but such acceptance will neither impose on Engineer responsibility for the progress or scheduling of the Work nor relieve Contractor from full responsibility therefor. The finalized schedule of Submittal submissions will be acceptable to Engineer if it provides a workable arrangement for processing the submissions. AR CLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 INTENT: A. The Contract Documents comprise the entire agreement between Owner and Contractor concerning the Work. The Contract Documents are complementary; what 00700-General Conditions 00700-6 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the Law of the place of the Project. B. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, Materials, or Equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result will be supplied wheth or not specifically called for, at no additional cost to the Owner. b, 1. When words which have a well-known technical or trade meaning are e to describe Work, Materials, or Equipment, such words shall<bbe'tin accordance with that meaning. 2. Reference to standard specifications, manuals, r des of anhntcal society, organization, or association, or4o e s or Re tions of any governmental authorVd ether such f - be spe i by implication, shall mean the latest eo anual r Laws or Regulations in effe tig of B' QAept as maybe otherwise specif ca tated.o pr of any referenced standard specification, man r r not specifically incorporby referene u ents) shall be effective to 's c or to 3. CPa 1 tions and b meer as pn C. I he pegfoananc% s ncy in trac wri en efore ® itton o��iablEnginthe C ntsre no nd _ abilities er, Co actor, or Engineer, or gents, or yees fr o set forth in the r shall ' e ectiv o Engineer, or any of ants, agen ployees, y ty or authority to the fu hi or perf and of the Work or any duty or eke ility co a to the provisions of the mtdrpptetations o 'Contract Documents shall be issued �ided in Pa�ragi 1 9.04. Of th Conti -actor finds a conflict, error, or t DocMa. Contractor shall so report to Engineer in pr eed g with the Work affected thereby shall obtain a Fr'rom on fEngineer, however, Contractor shall not be il ure eto report any conflict, error, or discrepancy in Contractor had actual knowledge thereof or should D. cable codes and standards referenced in these Contract Documents establish imum requirements for Equipment, Materials, and Work and are superseded by ore stringent requirements of Contract Documents when and where they occur. The Specifications are separated into Divisions and Sections for convenience in defining the Work. Contract Drawings are separated according to engineering disciplines and other classifications. This sectionalizing and the arrangement of Contract Drawings shall not control the Contractor in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 00700-General Conditions 00700-7 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) 3.02 AMENDING AND SUPPLEMENTING CONTRACT DOCUMENTS: A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 1. A formal Written Amendment. 2. A Change Order (pursuant to Paragraph 10.01D). B. As indicated in Paragraphs 11.01B and 12.01A, Contract Price and Contract VeN may only be changed by a Change Order or Written Amendment. C. In addition, the requirements of the Contract Documents ma be sup , and minor variations and deviations in the Work may be a ed, in the lowing ay. 1 A Field Order (pursu Paragraph 2. Engineer's written int r tion or 4arl ion (pu Paragraph 9.04). 3.03 OWNERSHIP AND REUSE C ej A. All Contract Doc and cop' of fur y Engineer shall be the property of th er. B. Neither C&Kve tg nor an ntractor plier ® son or organization perfournis g a the W era d' c 1 irect contract with Owne or ui any tit owner yip rights in any of the Drawings, S ralof ons, or other ocume pies of ereof) prepared by or bearing theEn ` er;nd they 1 euse a documents on extensions of the ther pr i out wr' c sent of Owner and Engineer and specific erifica ' no aptatio gineer. ARTICLE 4 - AVAILLA11TY O S• PHYS AL CONDITIONS• REFERENCE POI ` 4.01 ILITY S:® Own rnis as i ate in the Contract Documents, the lands upon which the Work' to be p o d, rights -of -way and easements for access thereto, and s other lands whic are designated for the use of Contractor. Easements for anent structures or permanent changes in existing facilities will be obtained and id for by Owner, unless otherwise provided in the Contract Documents. If Contractor believes that any delay in Owner's furnishing these lands, rights -of -way, or easements entitles Contractor to an extension of the Contract Times, Contractor may make a claim therefor as provided in Article 12. C. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. D. Contractor shall confine his operations to the construction limits indicated. 4.02 UNFORESEEN SUBSURFACE CONDITIONS: A. Contractor shall promptly notify Engineer in writing of any subsurface or latent physical conditions encountered at the Site which differ materially from those 00700-General Conditions 00700-8 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) specified or indicated, or which could be reasonably interpreted from examination of the Site and available subsurface information at the time of bidding. B. Engineer will promptly investigate those conditions and advise Owner if further surveys or subsurface tests are necessary. Promptly thereafter, Engineer will obtain the necessary additional surveys and tests and furnish copies of results to Contracto and Owner. * b, C. If Engineer and Owner fmd that the subsurface or latent physical conditions encountered at the Site differ materially from those specified or indicated, or could have been reasonably interpreted from examination of�ke Site a a le subsurface information at the time of bidding, then a C ge Order " 1 ued by the Owner incorporating the necessary revisions. 4.03 PHYSICAL CONDITIONS - UNDEROROUND FA A. Shown or Indicated: The i o on and dc nor indNain the Contract Documents with respevt isting Und Facilities at o - contiguous to the Site is based on info nd da d to O Engineer by the owners of such Undergroun a 'hies or s. Unle it ' otherwise expressly provided: 1. Ow ngineer a of be respon, forth 6uracy or co let ess of a information or data 2. tr ctor s 11 resp isibilit.y for re-N'11 and checking all such i ration d , for lopating all Undcr-rouyl Facilities shown or ica ed in the ontract Documents, for coordination of the Work with the owners 4 sui Under nd F�aciliti d g construction, for the safety and p on ereof yr ed in P a h 6.12 and repairing any damage ther esultin rom a Wor e cost of all of which will be considered as ing been i u in the C c Price. B. o or Irrili to : fan and Facility is uncovered or revealed at or con ous to t hich as own or indicated in the Contract Documents ®61ndwhich or co 1 reasonably have been expected to be aware of, ontr , prom to ecoming aware thereof and before performing any Wor e ther y (e p in an emergency as permitted by Paragraph 6.13), ide tify owner u Underground Facility and give written notice thereof to th owner and Engineer. Engineer will promptly review the Underground Facility to ine the extent to which the Contract Documents should be modified to reflect document the consequences of the existence of the Underground Facility, and the Contract Documents will be amended or supplemented to the extent necessary. During such time, Contractor shall be responsible for the safety and protection of such Underground Facility as provided in Paragraph 6.12. Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and which Contractor could not reasonably have been expected to be aware of. If the parties are unable to agree as to the amount or length thereof, Contractor may make a claim therefor as provided in Articles 11 and 12. 00700-General Conditions 00700-9 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) 4.04 REFERENCE POINTS: 4.05 A. Engineer will provide engineering surveys to establish reference points for construction which in Engineer's judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work (unless otherwise specified in the General Requirements), shall protect and preserve the established reference points, and shall make no changes or relocations without the prior written approval of Engineer. Contractor shall report to Engineer whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for tV accurat'went or relocation of such reference points by professionall lified per Contractor shall be responsible for any mistakes or f ime that mav_ result from their loss or disturbance. i B. Contractor shall make such s s are re r estab"i-ay limits and determining quantities for progr pay es ' to . He shall f u-nRh Engineer with one copy each of all fdid'notes of such S. MATERIAL: A. Owner shall or pci be r pot Subcontr ;ible Asbesto o er oficatir5� revea or Sbecion, of th2Wrk and ;ed thereto in co or auy one else with , Petrnl in, azardous Waste, or 4 t as not shown or 1 ontract Documents to be t a s stantial danger to persons �Drk at the Site. Owner shall not : Site by Contractor, Contractor is responsible. B. Cont t 1 imm a : (i) sto rk in connection with such hazardous c i nd in an ffect d (except in an emergency as required by r ph 6.1 )notify and Engineer (and thereafter confirm such Pnti in writ' ner shall pro ptly consult with Engineer concerning the cessity er to retain a ualified expert to evaluate such hazardous condition to a ac . n, it any. Contractor shall not be required to resume Work in ne o ith su ha rous condition or in any such affected area until after O er as obtained equired permits related thereto and delivered to Contractor 1 written notice: (i) specifying that such condition and any affected area is or been rendered safe for the resumption of Work, or (ii) specifying any special onditions under which such Work may be resumed safely. If Owner and Contractor cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by Contractor to be resumed, either party may make a claim therefor as provided in Articles 11 and 12. C. If after receipt of such special written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then Owner may order such portion of the Work that is in connection with such hazardous condition or in such affected area to be deleted from the Work. If Owner and Contractor cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a claim 00700-General Conditions 00700-10 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) therefor as provided in Articles 11 and 12. Owner may have such deleted portion of the Work performed by Owner's own forces or others in accordance with Article 7. D. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner, Engineer, Engineer's Consultants, and the officers, directors, partners, employees, agents, other consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages arising out Q�6, or relating to such hazardous condition created by Contractor or by anyone for Contractor is responsible. Nothing in this subparagraph 4.05E shall obligate Contractor to indemnify any person or entity from and agains the conse u that person's or entity's own negligence. E. The provisions of Paragraphs 4.02 and 4.03 are not i d to apply to bestos, PCBs, Petroleum, Hazardous W ste, or Radioautiv t ial c d or revealed at the Site. IV ARTICLE 5 - BONDS AND INSURANC 5.01 PERFORMANCE AND OT ONDS: A. Contractor shall r k i perfo nd payment ands, each in an amount at least equal to the Price as c for the Phithful perfoixn ce and payment of all Contracto ' ations u Contract DocumentsBonds shall remain in effect a ntil t ye er the date 1 hen fine pa. in t is approved by O ne ex e as oth i provided by Law or Regulation or by the Contract D cum . Contractor shall als h such othet onds as are required by the Con -act Documents SAll Bo h 1 e in 1onXprescribed by Law or Regulatio o the Contr c ments xecuted by such sureties as are named in the rent lis f " panie lc g Certificates of Authority as Acce Sureties o e oral Bondsanc as Acceptable Reinsuring Companies" as !K Cir;ul r '(amended) 1 e Financial Management Service, Surety o ranch, artment ofie reasury. All bonds shall be signed by an k nsas A e B h e aut ca increased in amount and extended in time without form arat me en ts to cover full and faithful performance of the Co tra ' the eve f ange Orders, regardless of the amount of time or money ved. It is Contractor's responsibility to notify his surety of any changes S9c ing the general scope of the Work or change in the Contract Price or Contract es. Bonds signed by an agent must be accompanied by a certified copy of the authority to act. Date of Bonds shall be the same as the Effective Date of the Agreement. E. The Contractor shall file the Performance, Payment and Warranty Bonds at the Washington County Clerk's office prior to providing a file marked copy of the filed Performance, Payment and Warranty Bonds to the Owner or Engineer. 00700-General Conditions 00700-11 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) F. If at any time during the continuance of the Contract, the surety on any Bond becomes unacceptable to Owner for financial reasons, Owner has the right to require additional and sufficient sureties which Contractor shall furnish to the satisfaction of Owner within ten days after notice to do so. 1. 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 wer any part of the Project is located or it ceases to meet the requirements of '%�6 Paragraph 5.01A, Contractor shall within five days thereafter substitu another Bond and surety, both of which must be acceptable to Ow 5.02 INSURANCE: A. Contractor's Liability Insurance: 1. Contractor and all of bcontr' liability and other ins n as is ; and performed and as wi provide which may anise out dif or resulA performance of the Work a Contract Documents, wh is Subco I-x1or or Sup low y a any o "n to pe n of the t ay be 1 aims der orkers' co e similar em ee ben t a , rchase intain such for the eing furnished 1 n fro s set forth below ntrac ishing and is ligations under the to be ed by Contractor, any iyo ctly or irectly employed by or by an e r whose acts any of 5ation, difi ts, dts, and other Chkims for damage e of bodi ry, occupational sickness or ifeX, 611 de ntractor's oyees; C. s for damn' s-because y injury, sickness, or disease, or th of a rson other ntractor's employees; Claims ages in reasonably available personal injury liab o erage w i - sustained: (i) by any person as a result of an off, irectly o Mid etly related to the employment of such person ® by Contract •i) by any other person for any other reason; s f ® s other than to the Work itself, because of injury to or des ctio tangible property wherever located, including loss of use ther ; f. Claims arising out of operation of Laws or Regulations for damages because of bodily injury or death of any person or for damage to property; and g. Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. 2. The insurance required by this paragraph shall include the specific coverages, and be written for not less than the limits of liability specified or required by Law, whichever is greater. a. Umbrella General Liability $5,000,000 b. Workers' compensation Statutory (State and Federal Limits) Employer's Liability $500,000 each accident c. Commercial General Liability (1) General Aggregate $2,000,000 00700-General Conditions 00700-12 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) (2) Products -Completed Operations Aggregate $2,000,000 (3) Personal & Advertising Injury Limit $1,000,000 (4) Each Occurrence Limit $1,000,000 (5) Fire Damage Limit $ 100,000 (6) Medical Expense Limit $ 5,000 d. Business Automobile Liability (1) Any one loss or accident $1,000,000 N6 B. The policies of insurance so required by paragraph 5.02A to be purchased an maintained shall: 1. with respect to insurance required by Paragraph 5.0 A. l.c o 5.02A.Lg inclusive, include as additional ins y endorse t subject to customary exclusion in respect of prce to liability ner, Engineer, and Engineer's Cons and inclu ge for ctive officers, directors, partners, em o s, agen her co and subcontractors of e ch a any of additi ureds, and the insurance aff ® ese ad insured rovide primary coverage for s cov ereby; 2. include a e specif ages a itten for not less than the limits t 1ty specie aragrap i A.2 or hauired by Laws and Reu s, whic s greater; ZOA 3. with spect to ins a e requir b aragrVrance,; l.c through 5.02A1.g i rve, include emises/o t s, prodeted operations, ependent c ctors, a p onal in 4. in ludkin th Commer a era] Liab olicy, contractual liability in nc orin t to r's ind i obligations under P hs 6.06, 6.1 d 6.16, n ten for not less than the limits of li i `' and c es specifi e; 5 ntain a p n or ender that the coverage afforded will not be cancel e a ially ch r renewal refused until at least 30 days' prior writte t e by certified retail has been given to Owner and Contractor and ® t er ad ' ' insured to whom a certificate of insurance has been s 6. r ide Br d F Property Damage coverage and contain no exclusion ommonly ed to as XC&U exclusion) relative to blasting, earthquake, flood, explosion, collapse of buildings, or damage to underground property; remain in effect at least until final payment and at all times thereafter when Contractor may be correcting, removing, or replacing defective Work in accordance with Paragraph 13.07; 8. with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment and Contractor shall furnish Owner and each other specified additional insured to whom a certificate of insurance has been issued, evidence satisfactory to Owner and any such additional insured of continuation of such insurance at final payment and one year thereafter; 9. include Independent Contractors Protective Liability coverage; and 10. with respect to the Commercial General Liability policy, the maximum deductible allowed shall be $5, 000. 00700-General Conditions 00700-13 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) C. 11 Owner's 1. Owner and Contractor waive all rights against each other and their respective officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them for all losses and damages caused by, arising out of, or resulting from any of the perils or causes of loss covered by such policies required by Paragraph 5.02A and any other liability insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors, Engineer, Engineer's Consultants, and all other individua or entities endorsed as insureds or additional insureds (and the offic directors, partners, employees, agents and other consultants and A Q subcontractors of each and any of them) under such jeolicies zind damages so caused. As required by Paragrap D, each su n ct between Contractor and a Subcontractors tain similar wa er provisions by the Sub actor in fav er, C ra, Engineer, Engineer's Consultan n all other endors insureds or additional insureds No of the e aivers s tend to the rights that any of the in ut es may e proceed urance held by Owner as trustee or Ilse pay n r any p issued. with respect to the C mni eneral policy m ximum deductible allowed shall beAV 0 P,r'AAA.1 inhiliirnnce w b( Sub( 3. This Prope 1. C:i it s e onsible p chasi taining Owner's Li biJinsuranc canera ineer as named insureds. rance1 have s e limits liab ity as the Commercial is 1 y insur c shall r c wner and Engineer against daims i 'ltties for ' o or death of persons, or damage .y caused in le or i a , or alleged to have been caused in in pa negligent omissions of Contractor or is any a t, worker, or employee of Contractor or Our, rising operations under the Contract Documents. nce may b pro ed by endorsement to Contractor's Commercial Aabilib4VA&Ce policy. In. urance: C tractor all chase and maintain property insurance upon the Work at Ire Site in th ount of the full insurable value thereof (subject to such deductible amounts as follows) or as required by Laws or Regulations. This insurance shall: a. be on the completed value form and include the interests of Owner, Contractor, Subcontractors, Engineer, and Engineer's Consultants, and the officers, directors, partners, employees, agent, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured; b. be written on a Builder's Risk "all-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 buildings, false work, and Equipment and Materials, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, 00700-General Conditions 00700-14 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) terrorism, and such other perils (as flood, earthquake, explosions, collapse, underground hazard) or causes of loss as may be specifically required in the Contract Documents; c. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals); d. cover Equipment and Materials stored at the Site or at another locatio 6 that was agreed to in writing by Engineer prior to being incorpor d i the Work, provided that such Equipment and Materials have b included in an Application for Payment recomm ded by n i , e. allow for partial utilization of the Work b er; f. include testing and startup; g. be maintained in , t until final (or the)i' ssumes beneficial occupancy?ad agrees 'demsurant� verage for the facilities so occupied)is made es oth0ainsurance 'end to in writing by Owner, Cdhactor- and En e with 30ritten notice to each other additional insure h a cert' has been h. have d uct*ble of $ 10 2. Cont all pu e d main ' uc boi�r n achinery insurance o nal surance uired a d Regulations which A elude a in sts of O e ontrac contractors, Engineer, and Engineer sultan Work, ch hom is deemed to have an irura a interest and s sted as i u or additional insured parties. 3. Al o i s of ins a e q *red to lie ased and maintained in a ce with Pa h 5.02D ntain a provision or endorsement th co era ffor ed wil cancelled or materially changed or newal ref n 1 at lea ys' prior notice by certified mail has been given t and Coftr and to each additional insured to whom a cert*f*c e 1 nsurane ha een issued and will contain waiver provisions in ® a c c -e with Pax ph 5.02F below. f the b s s 11 be furnished for property insurance. Certificates not be ce e. T'ryisit urance: Transit insurance shall be furnished by Contractor to protect Contractor and Owner from all risks of physical loss or damage to Equipment and Materials, not otherwise covered under other policies, during transit from point of origin to the Site of installation or erection. 2. This insurance shall be written on an "All Risk" basis with additional coverages applicable to the circumstances that may occur in the particular Work included in this Contact. 3. This insurance shall be in an amount not less than 100% of the manufactured or fabricated value of items exposed to risk in transit at any one time. 4. This insurance shall contain a waiver of rights of subrogation the insurer may have or acquire against Engineer. F. Waiver of Rights: 1. Owner and Contractor intend that all policies purchased in accordance with Paragraph 5.02D will protect Owner, Contractor, Subcontractors, Engineer, 00700-General Conditions 00700-15 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) Engineer's Consultants, and other individuals or entities endorsed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them) in such policies and will provide primary coverage for all losses and damages caused by the perils or causes of loss covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss of damage, the insurers will have no rights of recovery against any of the insureds or additional insureds thereunder; and if the insurers require separate waiver forms to be signed by Engineer or En ineeris Con , Owner will obtain the same, and if such waiver fo are re e y Subcontractor, Contractor shall obtain the sa 2. Owner and Contractor waive all rights aga' ch other pd th respective officers, directors, pa s, employee and other ultants and subcontractors of eac ny of th all losses ditmages caused by, arising out of, or resulti rom a e perils s of loss covered by such policies gfirod-by Para h 2D an a her property insurance applicable to V rk; an ' d ion, w ' such rights against Subcontr a Engineer er's Co s, and all other individuals or entiti n rsed asift s or ad 't insure (and the officers, direc rtners, o es, ag other4-o s nts and s c ctor c nd any o and ch cies for losses and es so use requirecbv aragrap , each subcontract w en Con and a S contractor all c am similar waiver �sAvis' ns by the Subcontractor in favor ner, Contractor, Engineer, En C%nsu and all'other endorsed as insureds or a i al insureds. Aloue of the a aivers shall extend to the rights that a e insu artres mayJu proceeds of insurance held by Owner trustee or se pay —"Pier any policy so issued. G. c i and A of Insu oceeds: 1. Any i e loss and the olicies of insurance required by ® P .02D adjusted with Owner and made payable to Owner as for * . , as their interests may appear, subject to the e firemen of any applicable mortgage clause and of Paragraph 5.02G.2. ner shal cl )osit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied to account thereof, and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. 2. Owner as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within 15 days after the occurrence of loss to Owner's exercise of this power. If such objection is made, Owner as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, Owner as fiduciary shall adjust and settle the loss with the insurers and, if required in writing by any party in interest, Owner as fiduciary shall give bond for the proper performance of such duties upon the occurrence of an insured loss. 00700-General Conditions 00700-16 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) H. Acceptance of Insurance: 1. If Owner has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained by Contractor in accordance with Paragraph 5.02 on the basis of non-conformance with the Contract Documents, Owner shall so notify Contractor in writing thereof within 10 days of the date of delivery of such certificates and other evidetc of insurance to Owner required by Paragraph 2.05C. 2. Owner and Contractor shall each provide to the other such additional information in respect of insurance provided as the other may reas request If either party does not purchase or maintainO'all of th n required of such party by the Contract Docu such party a otify the other party in writing of such failure to ur rior to t sta f the Work, or of such fail maintain p chan required coverage. Without pr ; udi to any o t or r e other party may elect to obtain-equive ent ins c o prote ther party's interests at t leNT;ense of the p o was r e to provide such coverage, anea ChAnge Or a e issu o dust the Contract Price I. Partial UtiliV'NdknowleIfinds it n �ry to such us "adcno edged notice d m ne sia there h surers cPot by endorsem n the h s be ca ed or lapse cupancy. ARTICLE 6 - rer: use a p i portions of the all s provided in cy s mmence before the bant', Paragraph 5.02D have cted any changes in coverage Ong the property insurance shall policies, but the property insurance t of any such partial use or 6.01 SUPER11 SIO ERIN NCE: Contr iohatl su rvis and direct the Work competently and efficiently, devoting s attention theret applying such skills and expertise as may be necessary to the Work in accordance with the Contract Documents. Contractor shall be ly responsible for and have control over construction means, methods, echniques, sequences, and procedures and for coordinating all portions of the Work, but Contractor shall not be responsible for the negligence of others in the design or selection of a specific means, method, technique, sequence, or procedure of construction which is indicated in and required by the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. B. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. The superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to Contractor. 00700-General Conditions 00700-17 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) C. When manufacturer's field services in connection with the erection, installation, start-up, or testing of Equipment furnished under this Contract, or instruction of Owner's personnel thereon are specified, Contractor shall keep on the Work, during its progress or as specified, competent manufacturer's field representatives and any necessary assistants. 6.02 LABOR, EQUIPMENT, AND MATERIALS: + N6 A. Contractor shall provide competent, suitably qualified personnel to survey an out the Work and perform construction as required by the Co tract Doc Contractor shall at all times maintain good discipline and or er at the it ept in connection with the safety or protection of persons or e t�7ork or pro y at the Site or adjacent thereto, and except as otherwise ind�ea e Con Doc ments. B. Unless otherwise specified i neral Req ' s, Contr o all furnish and assume full responsibility for a ipment terials, ansportation, construction equipmen a machinery, to liances ower, light, heat, telephone, water, san' i rties, to faciliti 11 other facilities and incidentals necessa o furnish erforma s ng, start-up, and completion of th C. All Equipm aterials a e of Qood quali t_- and n except as otherwise provided i nt ct c ts. If required by Engin r� ontractor shall fumish,loi EngiEneer s is a evidence (including rcportsV required tests) as to the kir cl aqd 4uality Wpment aiRd iVlaaterials. Ml E pment and Materials shall be ins lied, connected, used, c d, and conditioned in acc dance w' a structio pplic plier except as otherwise provided 'b1ssign o tract D •-u ; but n sion of any such instructions will be effective tonginecr, or an gineer's consultants, agents, or emplhl� any duty o u rity to s se or direct the furnishing or performance of thor apy ut,, r aut i dertake responsibility contrary to the provisions of ph 9.10C an D. DZ..,AIIIEcluipm ate "a t corporated in the Work shall be designed to meet the ppfe stands eral, state, and local Laws and Regulations. Dome oduct ocur nt: As further specified elsewhere in these or ref en documen s. 6.03 AD.11-TSTINPROGRESS SCHEDULE: A ontractor shall submit to Engineer for acceptance (to the extent indicated in Paragraph 2.07) adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements 40 applicable thereto. 6.0 SUBSTITUTES OR "OR -EQUAL" ITEMS: A. Whenever an item of Equipment or Material is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no 00700-General Conditions 00700-18 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) substitute is permitted, other items of Equipment or Material of other Suppliers may be submitted by Contractor to Engineer for review under the circumstances described below. 1. "Or -Equal" Items: If in Engineer's sole discretion an item of Equipment or Material proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it4n be considered by Engineer as an "or -equal" item, in which case review ank6 approval of the proposed item may, in Engineer's sole discretion, be accomplished without compliance with some or all of the requirem approval of proposed substitute items. For purposes f this Paragraph 6.04A.1, a proposed item of Equipte or 1\lateria t considered functionally equal to an item so ned if: a. In the exercise of onable jud ineer d s that: (i) it is at least equal in q durabili ranee, , and design characteristics; (ii) ill reli orm at e ally well the function ,it t y the deb' n ncept of pleted Project as a b. (i is chase in cost to Owner; and devihtions. to the detailed e, '" r-- qua " n tTbe consi until of Contract. 2. Substitute It s: a, ' If in EngNOWA sole dise& an it of ipment or Material proposedby Contra tnt clas not qu i s an "or -equal" item under Pai a ap"1 6.0 � 11 be co t a proposed substitute item. b. 2itractor shal it suffici ormation as provided below to w Engi to eterm' a item of Equipment or Material propose ss ntially ent to that named and an acceptable subAtit e t erefor. s for review of proposed substitute items of Equipment ^or Ma eria will not be accepted by Engineer from anyone N, (:;5 1 view by Engineer will be as set forth in � .2. , as may be supplemented in the General and as Engineer may decide is appropriate under the circumstances. d. Contractor shall first make written application to Engineer for review of a proposed substitute item of Equipment or Material that Contractor seeks to furnish or use. The application shall certify that the proposed substitute item will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified, and be suited to the same use as that specified. The application will state the extent, if any, to which the use of the proposed substitute will prejudice Contractor's achievement of Substantial Completion on time; whether or not use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for work on the Project) to adapt the design to the proposed substitute item; and whether or not incorporation or use of the proposed substitute item in connection 00700-General Conditions 00700-19 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute item from that specified will be identified in the application, and available engineering, sales, maintenance, repair, and replacement services will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item including costs of redesign and claims of other contractors affected bV%�6 any resulting change, all of which will be considered by Engine 10 evaluating the proposed substitute item. Engineer may require Contractor to furnish additional data about the pleposed s ' em. e. Substitute items will not be considered u er Award o act. B. If a specific means, method, ue, seque indicated in or required by the o act Doc substitute means, method, sequen e, techn' acceptable to Engineer d"Constractor s 't Engineer to determine that the subs rop required by the Contract locum e prc similar to that 'ded in Par .04A.2 C. s or "or -equal' ill be o insta co lete, whi!Nwil4e evide c ither (ii) an ap emittal r n "ter -equal " furnish at ont etor's expenh a special e respe to ny substitu pstrucuon is furnish or use a proce construction Die ' ation to allow i u alent to that indicated or o review by Engineer will be ied by &gineer and as may be c Valuate each proposed so ge of acceptability, and no used until Engineer's review is ge Order for a substitute, or er may require Contractor to ice guarantee or other surety with D. gin _ ill ream ti requi d ineer and, Engineer's Consultants, in eva ing sub oposed or itted by Contractor pursuant to 6ar aphs and 6.04 nd m making changes in the Contract Documents or the o i of anyoo r ect contract with Owner for work on the Project occa o treby. o not Engineer approves a substitute item so proposed or sub ' by Co act , Contractor shall reimburse Owner for the charges of, E ineer, and Engine s Consultants for evaluating each such proposed substitute. 6.05 COWI&ENG SUBCONTRACTORS, SUPPLIERS. AND OTHERS: Contractor shall not employ any Subcontractor, Supplier, or other person or organization (including those acceptable to Owner and Engineer as indicated in Paragraph 6.05B), whether initially or as a substitute, against whom Owner or Engineer may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other person or organization to furnish or perform any of the Work against whom Contractor has reasonable objection. B. If the Contract Documents require the identity of certain Subcontractors, Suppliers, or other persons or organizations (including those who are to furnish the principal items of Equipment and Materials) to be submitted to Owner within the required time after Bid opening prior to the Effective Date of the Agreement for acceptance by Owner and Engineer and if Contractor has submitted a list thereof, Owner's or 00700-General Conditions 00700-20 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) C. 0 Engineer's 'acceptance (either in writing or by failing to make written objection thereto) of any such Subcontractor, Supplier, or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case Contractor shall submit an acceptable substitute, the Contract Price will be increased by the difference in the cost occasioned by such substitution, and an appropriate Change Order will be issued or Written Amendnen signed. No acceptance by Owner or Engineer of any such Subcontractor, Suppli other person or organization shall constitute a waiver of any right of Owner o Engineer to reject defective Work. Contractor shall be fully responsible to Owner and Engineer for all a omissions of the Subcontractors, Suppliers, and other pet-so4pps and orga ations performing or furnishing any of the Work under a dirt r indire ntract with Contractor just as Contractor ' r onsible fo ontractor's o nd omissions. Nothing in the Contract Docu n shall ere v contrac tionship between Owner, or Engineer and an suc ubcont Suppli her person or organization, nor sha i r any ob o on the caner or Engineer to pay or to see to the p of any s due an h ubcontractor, Supplier, or other person or or on excec Vay oth required by Laws and Regulations. All Work narform d for binds the Su%contrac Vtoof, De cttrxa "tsfor the ben req red by Paragerap4 5.02F. any in issued by aMa tractor vVill be rsuant to an �trace tractor which specifically onngin erms a d co ns of the Contract ed contains waiver provisions as Subcontractor a just share of t of losses under policies 6.06 PATENT FEbA6 ROY A. o r for sha license fe royalties and assume all costs incident to the use the pe ce of the Vork or the incorporation in the Work of any ® ention , procas ct, or device which is the subject of patent rights or copy by rs. rticular invention, design, process, product, or device ecified i the ontract Documents for use in the performance of the Work antif to the actual kn edge of Owner or Engineer its use is subject to patent rights o6pyrights calling for the payment of any license fee or royalty to others, the tence of such rights shall be disclosed by Owner in the Contract Documents. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employed by either of them from and against all claims, damages, losses, and expenses (including attorneys' fees and court and arbitration costs) arising out of any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. 00700-General Conditions 00700-21 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) A. Unless otherwise provided in the Contract Documents, Contractor shall obtain and pay for all construction permits and licenses. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Wort which are applicable at the time of opening of Bids. Fees for permits issued by tft 6 City will be waived and the Permits issued by the City necessary for the wor required. Contractor shall pay all charges of utility owners for connections Work, and Owner shall pay all charges of such utility owner or cap it Olated thereto such as plant investment fees. 6.08 LAWS AND REGULATIONS: A. Contractor shall give all noti n comply Laws a Rego ations applicable to furnishing and per ance Qf e ork. E where otherwise expressly required by licahle Laws lations er Owner nor Engineer shall be responsible f toring a is co i e with any Laws or Regulations. B. If Contractor o e that the cations wigs a at variance with any Laws or Re s, Cont s all give � eer prom w ' en notice thereof, 14 and any e a ch i be authoAorkkil y one ods indicated in Para gr If C ntra or perfo 1 or having reason to know that it i trary to su aws or Regu a ions, an with t such notice to Engineer, Con ac o shall bear all costs a ' ing therefrom- o er, it shall not be Contractor's prinkry re nsil�ilit� to k c fain that cifications and Drawings are in accordanct ID such Laws egulati n 6.09 TeVXES: V, A. n"D r for sha sales, co ,use, and other similar taxes required to be paid. r withh ontract in a ordance with the Laws and Regulations of the ® dace of tlw t whiic licable during the performance of the Work. 6.10 M F Coltractor shall co onstruction equipment, the storage of Equipment and ials, and the operations of workers to the Project Site and land and areas tified in and permitted by the Contract Documents and other land and areas ermitted by Laws and Regulations, rights -of -way, permits, and easements, and shall not unreasonably encumber the premises with construction equipment or other equipment and materials. Contractor shall assume full responsibility for any damage 400� to any such land or area, or to the owner or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against Owner or Engineer by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at Law. Contractor shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold Owner and Engineer harmless from and against all claims, damages, losses, and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals, and court and arbitration costs) arising directly, indirectly or 00700-General Conditions 00700-22 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) 6.11 consequentially out of any action, legal or equitable, brought by any such other party against Owner or Engineer to the extent based on a claim arising out of Contractor's performance of the Work. B. During the progress of the Work, Contractor shall keep the premises free from accumulations of waste materials, rubbish, and other debris resulting from the Work. At the completion of the Work, Contractor shall remove all waste materials, rubl�is and debris from and about the premises as well as all tools, appliances, construe equipment and machinery, and surplus materials, and shall leave the Site clea ready for occupancy by Owner. Contractor shall restore to or final con .ti(e property not designated for alteration by the Contract D cu ents. C. Contractor shall not load nor permit any part of any t to be loa in any manner that will endanger the stcucture, nor shall n for s b' y part of the Work or adjacent property to s or press s will end RECORD DOCUMENTS: A. Contractor shall main safe a e Site o d copy of all Drawings, Specifications, Add da ritten ents, C rders, Work Change Directives, Field e ecords, J rders, an n intgrpretations and clarifications pursuan o ragraph 9. 1 good or, er and annotated to show all c ade du structi se re ® ents together with all appr mple nd nterparto appro d ittals shall be available to 'n� an B. Rec '1 on the 6.12 SAFETY AN] A. (Jordr, pre ® eces� rev 1. refer e. pon co ction of th W ese record documents shall be elivered to Engineer for er. awe ofvcord doAhents a prerequisite for final payment 0 ;CTIO L s nsible ting, maintaining, and supervising all safety ams in nn ion with the Work. Contractor shall take all ns fo t ety of, and shall provide the necessary protection to injur )loy es op. e Work and other persons and organizations who may be All the Work and Materials and Equipment to be incorporated therein, whether in storage on or off the Site; and Other property at the Site or adjacent thereto, including trees shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. All damage, injury or loss to any property referred to in Paragraph 6.12A.2 or 6.12A.3 caused, directly or indirectly, in whole or in part, by 00700-General Conditions 00700-23 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) Contractor, any Subcontractor, Supplier, or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by either of them o anyone for whose acts either of them may be liable, and not attributable, directly, or indirectly, in whole or in part, to the fault or negligence of Contractor). Contracto ' duties and responsibilities for the safety and protection of the Work shall con e until such time as all the Work is completed and Engineer has issued a noti Owner and Contractor in accordance with Paragraph 14.09AAA the o acceptable (except as otherwise expressly provided in RO ection wit s ntial Completion). C. Contractor shall designate a r ible repres at the S e duty shall be the prevention of accidents. This 1 -son sha ntractor's intendent unless otherwise designated in writing by Contra caner d Engineer. 6.13 EMERGENCIES: A. In emergencies a b the safe ectioons or the Work or property at the Site or t thereto �Cttorotwitltpoecial in ction or authorization from Engi r caner, is ted to a -event tht damage, injury, or loss. Co c r shal e En ineer pr t ritten t Contractor believes that an si i -aP4 chan in e Work riations fro ontract Documents have b d thereby. ngineer a mes tha hange in the Contract Do ments is 0 uir . becaus tion . esponse to an emergency, a Cha ge O wi e issu o ument th equences of the changes or variations. 6.14 SUBNHTTAI V 01 A. eckin ying all easurements and after complying with 6Xarp cable p s specifi in t e General Requirements, Contractor shall submit Engin iew an tance by Engineer, in accordance with the accepted sche misss f Submittals which will bear the required informa i that Co trac r has satisfied Contractor's responsibilities under the C tract Documents respect to the review of the submission. All submissions e identified as Engineer may require. The data shown on Submittals will be plete with respect to quantities, dimensions, specified performance and design riteria, materials, and similar data to enable Engineer to review the information as required. Before submission of each Submittal, Contractor shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers, and similar data with respect thereto and reviewed or coordinated each Submittal with other Submittals and with the requirements of the Work and the Contract Documents. C. At the time of each submission, Contractor shall give Engineer specific written notice of each variation that the Submittal may have from the requirements of the Contract Documents, and in addition, shall cause a specific notation to be made on each Submittal submitted to Engineer for review and approval of each such variation. 00700-General Conditions 00700-24 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) D. Engineer will review Submittals with reasonable promptness, but Engineer's review and acceptance will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techniques, sequences, or procedures of construction (except where a specific means, method, technique, sequence, or procedure of Is construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate i as such will not indicate approval of the assembly in which the item functions. 44 Contractor shall make corrections required by Engineer, and shall return th d number of corrected copies of Submittals and resubmit as retired fo e d acceptance. Contractor shall direct specific attention Tng to rev ' ns ther than the corrections called for by Engineer on prey' 9bmittals E. Engineer's review and accep c f Submitta of relie actor from responsibility for any variatio ' o the req s of the ct Documents. Contractor shall in writin all E gineer's n to ea every variation at the time of submission. ®gtn ill sho val of e variation by a specific written notation ther incorporate accompa he Submittal. Acceptance by Engineer shall ieve Co rom re b ity for errors or omissions in the Submittals F. Where a Sub is requ' the Spe ns, an e ork performed prior to E in er's r acceptat�c o e per mission will be the sole ex en a sponsi 'lity f Contr 6.15 CONTIWORK: A. Contracto s 1 c on t and ad he progress schedule during all disputes or d' reem wit Engineer ner. No Work shall be delayed or postp pending re u n of any es or disagreements, except as permitted rVgNph 15®0 or ontr t wner may otherwise agree in writing. 6.16 IND ATION: ® o the t ent pe Laws and Regulations, Contractor shall indemnify and ess ner, g' eer, Engineer's Consultants, and the officers, dir ctor artners, plo`�ees, agents, and other consultants and subcontractors of e and any of them rom and against all claims, damages, losses and expenses, c , indirect, or consequential (including but not limited to fees and charges of ineers, architects, attorneys and other professionals, and court and arbitration C:i costs) 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 to or 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 negligent act or omission of Contractor, any Subcontractor, any person, or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Laws and Regulations regardless of the negligence of any such party. 00700-General Conditions 00700-25 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) B. In any and all claims against Owner or Engineer or any of their consultants, agents, or employees by any employee of Contractor, any Subcontractor, any person, or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 6.16A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such Subcontractor or other person or organization under worke 6 or workmen's compensation acts, disability benefit acts, or other employee b i acts. C. The obligations of Contractor under Paragraph 6.16A s 11 At exten o e • ility of Engineer, Engineer's Consultants, agents, or empl a rising out 1. The preparation or approval of maps, dw inions, orts, surveys, Change Orders, desi specificati 2. The giving of or the r o give c cations ineer, their agents, or employes pro ided su g or fai give is the primary cause of injury c ge. D. If necessary for enforc t of an etlnificatio a Id harmless requirement herein, or if appl' w requir Contrac btain specified limits of insurance to inme any inde i igation; then ontract all obtain such applicable ge with min' m limits ms than at a ied in Par 0 B herein, the cost to be v ed an n in the Contract Price, and a ity attribut le to th igence fan mnified party shall be 1' uch insuranc . ARTICLE 7 - OTHE WOJR ff I!N 7.01 RELY ORI SITE: A. e y perf4p o wort e the Project at the Site by Owner's own or have o r performe tility owners, or let other direct contracts her or whi contain era Conditions similar to these. If the fact that such ® her w s e perf® s not noted in the Contract Documents, written notic t ill vtswAntractor prior to starting any such other work; and, if Con r believ th such performance will involve additional expense to C tractor or requires ditional time and the parties are unable to agree as to the e thereof, Contractor may make a claim therefor as provided in Articles 11 and Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the Site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs; Contractor shall do all cutting, fitting, and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written consent of Engineer and the others whose work will be affected. 00700-General Conditions 00700-26 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) C. If any part of Contractor's Work depends for proper execution or results upon the work of any such other contractor or utility owner or Owner, Contractor shall inspect and promptly report to Engineer in writing any delays, defects, or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure so to report will constitute an acceptance of the other work as fi and proper for integration with Contractor's Work except for latent or nonapparett defects and deficiencies in the other work. 7.02 COORDINATION: A. If Owner contracts with others for the performance of other 4oIrk on e o at the Site, the person or organization who will have authori a responsib or coordination of the activities among the various®pr' tractors ill be identified in the General Requirements, a specific Matt be co such authority and responsibility will be item d nd the etnt m# such a and responsibilities will be pro 'ded. ARTICLE 8 - OWNER'S RESPONSIL TIES 8.01 COXIMUNICATIONS: A. Owner sha 11 com ions to for thro eer. 8.02 CHANGE OF ENGINEER: A. In enniination o e em t of En ,Owner shall appoint, subject to requirer a is ASection RTI NS and Arkansas State Law an engineer t om Co� o makes a nable objection, whose status under the Co t ct Doc enter all be t o he fonner Engineer. Any dispute in corn 'o�with such tment sh a dressed as discussed in Article 16. 8.03 RE LI A. A.6,w er shall Ix i the dat r uired of Owner under the Contract Documents ®omp 1 makt is to Contractor promptly after they are due as provi e rags 1 nd 14.09A. 8.04 <XIS EMEN�-- A. is duties in respect of providing lands and easements and providing n4CE: gineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4. 8.05 A. Owner's responsibilities in respect of purchasing and maintaining insurance are set forth in Paragraph 5.02. 8.06 CHANGE ORDERS: A. Owner is obligated to execute Change Orders as indicated in Paragraph 10.01. 00700-General Conditions 00700-27 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) xlyI�10GyWx1l01610 =1110I0101MyI&3 A. Owner's responsibility in respect of certain inspections, tests and approvals is set forth in Paragraph 13.03B. 8.08 STOPPING THE WORK: A. In connection with Owner's right to stop Work or suspend Work, see Paragraphs 13.06 and 15.02. Paragraph 15.02A deals with Owner's right to terminate services of Contractor under certain circumstances. 8.09 LIMITATIONS ON OWNER'S RESPONSIBILITIES: A. Owner shall not supervise, direct, or have control rity ovenor b responsible for, Contractor's s, methods, to s, seq `'ces, br procedures of construction, or the safety a ions an pro s incident thereto, or for any failure of Contractor to co ly Laws egulatio s applicable to the performance of the er will b esponsi r Contractor's failure to perform the Work in nee wi ontract u nts. ARTICLE 9 - ENGINEER'S ST URI NST ON 9.01 OWNER'S REP TIVE: A. Engi i e Ow is resenta mg the c t tion period. The duties a sibilities an a limit t* s authori f E gineer as Owner's rep senta ive rinconstruc ' t fort ontract Documents and shall not a ext ed NfioUt w ' c sent of� and Engineer. B. Owner and Co actor are re ded of t re irements of Arkansas State Law §22- 9-10 ervation by eyed prof s required. 9.02 VISITS O0 A. ng neer wi NeXsits to Site at intervals appropriate to the various stages of ® nst t serve4t r ess and quality of the executed Work and to det i ener o is proceeding in accordance with the Contract Docum Engin w 1 not be required to make exhaustive or continuous on -Site in&Sed ctions to check quality or quantity of the Work. Engineer's efforts will be toward providing for Owner a greater degree of confidence that the pleted Work will conform to the Contract Documents. On the basis of such visits and on -Site observations as an experienced and qualified design professional, Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defects and deficiencies in the Work. 3 PROJECT REPRESENTATION: A. Engineer may furnish Resident Project Representative and assistants to assist Owner and Engineer in observing the performance of the Work. 1. Communications pertaining to Submittals, written interpretations, and Change Orders shall be directed to Engineer at his home office. 2. Communications pertaining to day-to-day operations at the Site shall be directed to Resident Project Representative. 00700-General Conditions 00700-28 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) 3. Resident Project Representative and his assistants will conduct observations of the Work in progress to assist Engineer in determining that the Work is proceeding in accordance with the Contract Documents. 4. Resident Project Representative will not have authority to permit any deviation from the Contract Documents, except with concurrence of Owner and Engineer. 9.04 CLARIFICATIONS AND INTERPRETATIONS: A. Engineer will issue with reasonable promptness such written ejarificatio s interpretations of the requirements of the Contract Docu ens (in the o drawings or otherwise) as Engineer may determine n s , which s 1 be consistent with or reasonably inferable from the®ov tent of tke Con act Documents. If Contractor be ' that a wri cation retation justifies an increase in the Con c ice or -c sion of ract Times and the parties are unable to ag a to a amou tent th ontractor may make a claim therefor as pr v' Article r icle 1 9.05 AUTHORIZED VARIATIO S WO A. Engineer may ize minou^ ns in thok from thuequirements of the Contract D is whic t involve cljustment' a ontract Price or the Contract and a o t with o rall ' e Contract Documents. Thes a accom ish by a Fi r er and wil e nding on Owner, and also o for who sha perform t r invollp4, ro ptly. 9.06 REJECTIN DEFECTIVE 1K ORK: A. Engineer wi ve authority to isappro o eject Work which Engineer believes to be de ti e, and will also have autho equire special inspection or testing of t NX s pro);id d in Paragr , whether or not the Work is fabricated, ihstilW, or compActed. B.6es1fentProjeotReprcs0ei wil have authority, subject to fmal decision of ®gine provesany defective workmanship, Equipment, or Mate 9.07 MITT S, ANGEURS. AND PAYMENTS A. C Violnection with Engineer's responsibility for Submittals, see Paragraph 6.14. B connection with Engineer's responsibilities as to Change Orders, see Articles 10, 1n 1, and 12. In connection with Engineer's responsibilities in respect of Applications for Payment, see Article 14. DETERMINATIONS FOR UNIT PRICES: A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary determinations on such matters before rendering a written decision thereon to the Owner. Engineer will provide approval by recommendation of an Application for Payment to the Owner or return Application to Engineer for further review. 00700-General Conditions 00700-29 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) B. Engineer's written decisions thereon will be final and binding upon Owner and Contractor, unless, within ten days after the date of any such decision, either Owner or Contractor delivers to the other party to the Agreement and to Engineer written notice of intention to appeal such a decision. 9.09 DECISIONS ON DISPUTES: A. Engineer will be the initial interpreter of the requirements of the Contract Docu and judge of the acceptability of the Work thereunder. Claims, disputes, and er matters relating to the acceptability of the Work or the interpr tation of e requirements of the Contract Documents pertaining tot e p Orman a- 1Z furnishing of the Work and claims under Articles 11 d in respechanges in the Contract Price or Contract Times will be refer IN toAii�nee in writing with a request for a formal de in accordance wth'this Pata,which Engineer will render in wriin i a reason Came. ��"itten Mice of each such claim, dispute, and other m tter ill be de ' by the Imant to Engineer and the other party to the A omptly (%t 10no ev ian 30 days) after the occurrence of the ev giving rise drerto, and writ s porting data shall be delivered to Engi ad the oth within after such occurrence unless Engineer allo additional f time t, in moh, accurate data in support of th . Own equest writ(reviewt E ineer of claims, disputes, er m el ing to ac ptabili ork or the interp of the quir ents of ract Do e S. B. bn tioning as in reter a u e under aragraphs 9.08 and 9.09A, Engineer will sh w partial' t er or � ;tor and Engineer will not be liabe in c ecti with afty etation o e 'sion rendered in good faith in such capacity. e rndering of a decision by n * eer with respect to any such claim, dispute, o0biter matter (e ept any w e been waived by the making or a of final )ayinvnt as ro Paragraph 14.11) will be a condition e t to a e by Ow ontractor of such rights or remedies as either 6ma therwi nder th on t et Documents or by Laws or Regulations in ® pect o cla' e, or other matter. 9.10 L, ATIO S GI R ONSIBILITIES: N her Engineer's a rity to act under this Article 9 or elsewhere in the Contract qnilents nor any decision made by Engineer in good faith either to exercise or not ,ise such authority shall give rise to any duty or responsibility of Engineer to ontractor, any Subcontractor, any Supplier, or any other person or organization performing any of the Work, or to any surety for any of them. Whenever in the Contract Documents the terms "as directed", "as required", "as allowed", "as approved", or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper", or "satisfactory" or adjectives of like effect or import are used to describe a requirement, direction, review, or judgment of Engineer as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate the Work for compliance with the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to Engineer any duty or authority to supervise or direct the furnishing or performance of the Work or any 00700-General Conditions 00700-30 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) duty or authority to undertake responsibility contrary to the provisions of Paragraphs 9.10C or 9.10D. C. Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Engineer will not be responsible for Contractor's �ai� to perform or furnish the Work in accordance with the Contract Documents. D. Engineer will not be responsible for the acts or omissions of ntracto Subcontractor, any Supplier, or of any other person or anization p g or furnishing any of the Work. E. The presence or absence of Enipleer, or any o e r resen 11 not act to relieve Contractor of any res nst ity or of a rantee o ormance. ir Neither will observation by Enguebr, or an it repres es in any way be understood to relieve Go or of any s ility fo r supervision of the Work at all times. F. Review by Engineer final on for a and accompanying documentation and alkmainte d operatbqj' ctio schedules, guarantees, Bonds, certifi es of inspec ' is and a v s, anc�o a ocumentation required t In ere a aph 14 11 o e ermine generally that their c mplies with. e requir a f, and ase of certificates of i c , t sts, and approvals th suits c ifie dicate compliance with, th t Documents. G. The imita ' u nuthotity �1nresponsibR,;e orth in this Paragraph 9.10 shall also appl gineer's Con 1nts, Re oject Representative, and assistants. ARTICLE 10 - CIKAAGES IN WORK 10.01 GENER R) At ithout g th; ar ent and without notice to any surety, Owner may, at any t m ti e_ er additions, deletions, or revisions in the Work, e will b uth ed by a Written Amendment, a Change Order, or a Work C ge irective. receipt of any such document, Contractor shall promptly d with the Work involved which shall be performed under the applicable -Mditions of the Contract Documents (except as otherwise specifically provided). I There shall be no changes without prior written approval of the Engineer of Record and/or the City's designated Professional Engineer. If Owner and Contractor are unable to agree as to the extent, if any, of an increase or decrease in the Contract Price or an extension or a shortening of the Contract Times that should be allowed as a result of a Work Change Directive, a claim may be made therefore as provided in Article 11 or 12. C. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified, and supplemented as provided in Paragraphs 3.02A and 3.02C, except in the case of an emergency as provided in 00700-General Conditions 00700-31 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) Paragraph 6.13 and except in the case of uncovering Work as provided in Paragraph 13.05B. D. Owner and Contractor shall execute appropriate Change Orders (or Written Amendments) covering: 1. Changes in the Work which are ordered by Owner pursuant to Paragraph 10.01A, are required because of acceptance of defective Worl* under Paragraph 13.09 or correcting defective Work under Paragrap 1 or are agreed to by the parties; 2. Changes in the Contract Price or Contract Times which are agre d e parties; and :ch 3. Changes in the Contract Price or Contract Ti s embo e substance of any written decision rendere ineer p ant o Paragraph 9.09A, pr that, in lie tin a Change Order, an appeal may be take r any su ion in a ce with the provisions of the*Cnc Documents and applicable flaws and Regulations, but during a eal, C tractor shall c the Work and adhere to the progress pr in Paragr, 5. E. If notice of any c ectM' I the tr kents (incl i Times) is r uirc, by the of any su n ice w' rac ap li 1 d will ae sted ARTICLE 11 - GE OF CONTRAO( 11.01 GENERAL: i A. The t ct Price corXiXes the Hs) payal eral sco e Work or the provisions of but not li o, Cont Price or Contract of any; to be to surety, the giving 's o sibilit a amount of each arding y. ICE 6 t pensation (subject to authorized rming the Work. All duties, res ibilitieW(3� igations a ed to or undertaken by Contractor shall be at is pensen a in a ontract Price. e C t ce ma hanged by a Change Order or a Written Ame Any ann an increase or decrease in the Contract Price shall be bas d o ritten no e livered by the party making the claim to the other party and gMeer promptly ( ut in no event later than 30 days) after the occurrence of the giving rise to the claim and stating the general nature of the claim. Notice of amount of the claim with supporting data shall be delivered within 60 days after C:i such occurrence (unless Engineer allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect, and consequential) to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined by Engineer in accordance with Paragraph 9.09A if Owner and Contractor cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph 11.01B. 00700-General Conditions 00700-32 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) C. The value of any Work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: 1. Where the Work involved is covered by Unit Prices contained in the Contract Documents, by application of Unit Prices to the quantities of the items involved (subject to the provisions of Paragraphs 11.05A through 11.05C, inclusive). 2. By mutual acceptance of a lump sum (which may include an allowance fok6 overhead and profit not necessarily in accordance with Paragraph 11.03A.2.a. � Q 3. On the basis of the Cost of the Work (determined as Itrovided,=* Paragraphs 11.02A and 11.02B) plus a Contr o ' Fee for ovrhe and profit (determined as provided in Paragrap 3A and .038). 11.02 COST OF THE WORK: A. The term Cost of the Work can the sum osts ne ly incurred and paid by Contractor in the a orman t Work. as otherwise may be agreed to in writingOf er, such o s all be* nts no higher than those prevailing in the 1 the Pr all inc n the following items and shall not inclu the co ed in P h 11. 1. Payr is for e ee in the employ4of o actor in the p Q ance the W k under h u es o b c sifcations agreed upon ner an Contractor. Pa sts for 1 ees not employed full e on the k- shall be ned o e b is of their time spent on the ork. ayroll costs s in de, but n b imited to, salaries and wages pl e tc f fries efits whic include social security contributions, unem ent, a is payroll taxes, workers' or w kmen's co1ppensation, he retirement benefits, bonuses, sick ave, vaca ' crt holida plicable thereto. Such employees shall includ i endents en at the Site. The expenses of performing Work gular w kin ours, on Saturday, Sunday, or legal holidays, 3. slhaal ' eluded ' bove to the extent authorized by Owner. all E a d Materials furnished and incorporated in the Work, 2uding c sts nsportation and storage thereof, and Suppliers' field ices req . in connection therewith. All cash discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. Payments made by Contractor to the Subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from Subcontractors acceptable to Contractor and shall deliver such bids to Owner who will then determine, with the advice of Engineer, which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as Contractor's Cost of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 00700-General Conditions 00700-33 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) 4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Costs, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and tem or facilities at the Site, and hand tools not owned bwor r are consumed in the performance of the Wor a cost less a alue of such items used but not consumed whi am the pwper of Contractor. c. Rentals of all con c n equip d mach' the parts thereof whethe ren from Co a or or of ecordance with rental agr pprove ner wit t vice of Engineer, and the costs Oft , portati , a g, unl i installation, dismantling, and removal thereof - 1 corda J. terms of said rental agreements. The r any su ment, achinery, or parts shall c as Alen the h eof is n er necessaar�- the Work. d , eo e, or sim' a xes rel ork, and for which ntract r is 1' e, impo, aws a e art eposits r caus of than n igen of Contractor, any Subcontractor, or a ectly or etly employed by any of them w se isRuiceenses. hem m ble, and royalty payments and for permitsf. ses and ages nted by insurance or otherwise, to the Work o ise susntractor in connection with the perl�i n and iWork provided they have resulted fr c ses other thannce of Contractor, any Subcontractor, 9. h. 1. r ne dive or indirectly employed by any of them or for whose any off • be liable; shall include settlements made with the written ons nd approval of Owner. No such losses, damages, and expens be included in the cost of the Work for the purpose of determining Contractor's fee. If, however, any such loss or damage requires reconstruction and Contractor is placed in charge thereof, Contractor shall be paid for services a fee proportionate to that stated in Paragraph 11.03A.2. The cost of utilities, fuel, and sanitary facilities at the Site. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, expressage, and similar petty cash items in connection with the Work. Cost of premiums for additional Bonds and insurance required because of changes in the Work and premiums for property insurance coverage within the limits of the deductible amounts established by Owner in accordance with Paragraph 5.02D.4. 00700-General Conditions 00700-34 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) B. The term Cost of the Work shall not include any of the following: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor whether at the Site or in Contractor's principal %r branch office for general administration of the Work and not specificall included in the agreed upon schedule of job classifications referred to Paragraph 11.02A.1 or specifically covered by Paragraph 11.02A. which are to be considered administrative costs covefed by n or's fee. 2. Expenses of Contractor's principal and bra ices oth9rwthan ontractor's office at the Site. 3. Any part of Contract ' c ital excludin on Contractor's capital employed f the ork, an a es aga n actor for delinquent payments. 4. Cost of pre all B n or all r ce whether or not Contracto ired by I act D s to purchase and maintain the same x pt for t f premi c vered subp 11.02 ove). 5. C to It li nee of C or, a actor, or anyone or in ire c PI yeet of th r r whose acts any of them e liable, • ding b n ited t the ection of defective Work, posaJ of materials or ent wron ly pplied, and making good any da pert 6. O verhead or g e 1 expense of any kind and the costs of any ite t specif and expr uded in Paragraph 11.02A. 11.03 CONT FEE A. Th ntract allowed o tractor for overhead and profit shall be ® termin ws: lly a ® ed fee; or if none can be agreed upon, 2. a base on t llowing percentages of the various portions of the Cost the Work. a. For costs incurred under Paragraphs 11.02A.1 and 11.02A.2, the Contractor's Fee shall be 100/o(negotiable with Owner); b. For costs incurred under Paragraph 11.02A.3, the Contractor's Fee shall be 5%; and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to Contractor on account of overhead and profit of all Subcontractors shall be 10%(negotiable with Owner); c. Where one or more tiers of subcontracts are on the basis of the Cost of the Work Plus a Fee and no fixed fee is agreed upon, the intent of Paragraphs 11.03A and 11.02A.1 through A.3 is that the Subcontractor who actually performs or furnishes the Work, at whatever tier, will be paid a fee of ten percent (101/6) of the costs incurred by such Subcontractor under Paragraphs 11.02A.1 and 11.02A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor. 00700-General Conditions 00700-35 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) d. No fee shall be payable on the basis of costs itemized under Paragraph 11.02A.4, 11.02A.5 and 11.0213; e. The amount of credit to be allowed by Contractor to Owner for any such change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in Contractor's Fee by an amount equal to 10% of the net decrease; and f. When both additions and credits are involved in any one change, the adjustment in Contractor's Fee shall be computed on the basis o n t change in accordance with Paragraphs 11.03A.2.a through 11. , inclusive. B. Whenever the cost of any Work is to be determined pursuant to Paragr 1 .02A or 11.02B, Contractor will submit in form acceptakle to ,tibineer an.4ftWized cost breakdown together with suppor '' data. 11.04 CASH ALLOWANCES: A. Not applicable. 11.05 UNIT PRICE WORK: A. Where the Co ocume p ide that a rt of th ork is to be Unit Price Wor y the C Price w' eme o4inl for all Unit Price Work a o f equ o t e s m oft fished ices for each separately identified of Un i Work tim e esf ate tity of each item as inteatedin the Agreement. The ed quan ' of items of Unit Price Work are not guarantee( d a solely h ose arison of Bids and determining an initial act ice. a ations of, tual quantities and classifications of Unit Price rk perf e y Contra r ill be made by Engineer in accordance -, ith a aph 9.08. B. c t Pricei b eme a an amount considered by Contractor to be �ae e to co ractor's ov ad and profit for each separately identified tem. er ity of Unit Price Work performed by Contractor exceeds 4V the e quant' y of item indicated in the Agreement by twenty-five pergent more an er is no corresponding adjustment with respect to any other of Work and if Contractor believes that Contractor has incurred additional nse as a result thereof, Contractor may make a claim for an increase in the ontract Price in accordance with Article 11 if the parties are unable to agree as to the amount of any such increase. 11.06 I HT OF AUDIT: A. Owner shall have the right to inspect and audit all of Contractor's books, records, correspondence, instructions, drawings, receipts, payment records, vouchers, and memoranda relating to the Work, and Contractor shall preserve all such records and supporting documentation for a period of three years after date of Final Payment. Contractor hereby grants to Owner the authority to enter Contractor's premises for the purpose of inspection of such records and supporting documentation or, at Contractor's option, Contractor may make such records and supporting documentation available to Owner at a location satisfactory to Owner. 00700-General Conditions 00700-36 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) B. All of the records and supporting documentation shall be open to inspection and subject to audit and reproduction by Owner or its authorized representative for any and all purposes, including but not limited to (i) compliance with the Contract Documents; (ii) proper pricing of Change Orders; and (iii) claims submitted by or against Contractor or any Subcontractor or Supplier in connection with any performance under the Contract Documents. ARTICLE 12 - CHANGE OF CONTRACT TIMES 12.01 GENERAL: A. The Contract Times may only be changed by a Chang O r or a Wri Amendment. Contractor, in undertaking to corral , e Work w' the Contract Times, shall take into considerate( and make lox an es for o ordinary delays and hindrances inciden s h Wor Mier grow' f delays in securing equipment or mat ials r workm therwis . B. Adjustments to the C c Imes w' de for del completion of the Work from causes b o ontract ntrol, in*d�g a following: 1. Federal ro es, prior' ers, or olft Nstrictions. imposed by the Unite s Gove e *OF X0 2. U lay in f ion or s ' of E u t r Materials required i e -ork, th' rdered o ractor ed by Owner or others u epara co �fract. 3. ekes and oth abor d' e 4. Delay u s by cou ings. 5. C e 6. Neg ec delay, or de t of any contractor employed by Owner. 7. sual cons c n delays r from weather conditions abnormal to georaphica area a d ason of the year such as above normal contin day-j of preci ' a ' , above normal amount of precipitation with' our pericV, or bove normal days of extreme cold or hot ® tow a e co4 S ffecting installation 1 application due to .tit -actur ations limitations. These conditions will not be ceae for etensi n of time if abnormal weather conditions do not affect the se of cons ion. All claims for extension of time due to abnormal weather conditions must be substantiated with evidence from a weather bureau or other authoritative source. Weather conditions normal to the geographical area and to the season of the year shall be taken into consideration in the Bid. Normal conditions shall be defined as the average number of days, amounts, or both over a 5-year period averaged per season. 8. Conflicts, errors or discrepancies in the Contract Documents reported to Engineer as provided in these General Conditions. 9. Any failure or delay by Contractor in supplying equipment, materials, work, or services that are Year 2000 compliant or failure or delay by Contractor's Subcontractors or Suppliers in providing equipment, materials, work, or services as a result of Subcontractors' or Suppliers' lack of Year 2000 compliance in their own operations, systems, or processes used to provide or deliver equipment, material, work, or services shall not be considered to be caused by events beyond Contractor's control. Such Year 2000 compliance 00700-General Conditions 00700-37 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) problems shall not constitute a basis for delay in completion of the Work, adjustment to the Contract Times, or an excuse for Contract nonperformance. C. Owner shall award extensions of the Contract Times on account of such causes of delay, provided that adequate evidence is presented to enable Engineer to determine with exactness the extent and duration of delay for each item involved. D. No extension to the Contract Times will be granted for delays involving only poft b. of the Work, or which do not directly affect the time required for completion entire Work. E. Any claim for an extension to the Contract Times shall be de#Vered in *rt Owner and Engineer within ten days of the occurrence he event giving rise to the claim. All claims for adjustment to the Contract Ti i be determined by Engineer if Owner and Contra cannot othe a e. ge to the Contract Times resulting fro 41�7ch claim mcorp a Change Order or a Written Amendment. F ARTICLE 13 - All time limits stated '�V�,ntrac Agreement. The prof this (including but not ' e o fees an other profession court 1 N N Drel li t i D!►% .$A%l FILM, nTs are of ence of the shall a ude recovery for damages of e s, architects, attorneys and P dela y either party. SPECTION WU 13.01 WARRAN AND J TEE: A. Contracto 'N e) 4ants and ar t es to O nd Engineer that all Work will be in acco nthe C t Docum will not be defective. Prompt notice of a e shall be Contra Ail defective Work, whether or not in place, a b rejecte ed or ac s provided in this Article 13. B.6N(o ovisio ontract cuments nor any specified guarantee time limit shall ®held t ntract ility for defects to less than the legal limit of liability in ac r with All q ' ent and at als furnished by Contractor for the Work shall carry a w en guarantee from a manufacturer or Supplier of such items when called for in ecifications. Written guarantees shall be submitted to Engineer with other mittals. Engineer will transmit such guarantees to Owner for review. 13.02 S TO THE WORK: Engineer and Engineer's representatives, other representatives of Owner, testing agencies, and governmental agencies with jurisdictional interests will have access to the Work at reasonable times for their observation, inspecting, and testing. Contractor shall provide proper and safe conditions for such access. 13.03 TESTS AND INSPECTIONS: A. Contractor shall give Engineer timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel. 00700-General Conditions 00700-38 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) B. Owner shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 1. for inspections, tests, or approvals covered by Paragraphs 13.03C and 13.03D below; 2. that costs incurred in connections with tests or inspections conducted pursuant to Paragraph 13.0513 shall be paid as provided in said Paragraph 13.0513; and 3. as otherwise specifically provided in the Contract Documents. C. If Laws or Regulations of any public body having jurisd'ctio requir n (or part thereof) to specifically be inspected, tested, or ap o , Contract ha 1 assume full responsibility therefor, pay all costs in contact' n ewith, awl furnish Engineer the required certific inspectic , or approval. 1 D. Contractor shall also be res on for and y all costs in connection with any inspection or testing re,qu' in connectio Owner' or Engineer's acceptance of a Supplier of Mat 11s o quip sed to > orated in the Work, or of Materials or Equi submitte pproval t to Contractor's purchase thereof for incor in the E. All inspection , s , or appr altio er tha t equire aws or Regulations of any purl body havingn sh e o anizations accepta to wner actor ( gine ified). F. If 70rk- Oncludin ork o ) that i be pected, tested, or approved is d wit ut written cone of Engin er, ' must, if requested by Engineer, be covered bs at n5 h ncoved be at Contractor's expense unless Contra r as given eer time a of Contractor's intention to cover the s e a gineer not acted w' nable promptness in response to such notic G. ei obsery Qb Engine spections, tests, or approvals by others shall 6%reiilContr rom Contr ctor#s obligations to perform the Work in accordance ®th the oc T*t AVW 13.04 TIV AW The term `defective%&*Fsed in these documents to describe Work that is 04isfactory, faulty, not in conformance with the requirements of the Contract S�uments, or not meeting the requirements of any inspection, test, approval, or cceptance required by Law or the Contract Documents. Any defective Work may be disapproved or rejected by Engineer at any time before final acceptance even though it may have been overlooked and included in a previous Application for Payment. C. Prompt notice will be given by Engineer to Contractor of defects as they become evident. 13.05 UNCOVERING WORK: A. If any Work is covered contrary to the written request of Engineer, it shall, if requested by Engineer, be uncovered for Engineer's observation and replaced at Contractor's expense. 00700-General Conditions 00700-39 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) B. If Engineer considers it necessary or advisable that covered Work be observed by Engineer or inspected or tested by others, Contractor, at Engineer's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as Engineer may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect, and consequential costs of such uncover#ng exposure, observation, inspection, and testing and of satisfactory reconstruction, (including but not limited to fees and charges of engineers, architects, attorne a other professionals); and Owner shall be entitled to an appropriate decrease Contract Price, and, if the parties are unable to agree as to th amount e ay make a claim therefor as provided in Article 11. If, howNer, such is of found to be defective, Contractor shall be allowed an finer se in the Co et 'ce or an extension of the Contract Tim r both, dire -ibutable t neovering, exposure, observation, inspec sting, an tructio the parties are unable to agree as to the unt extent e , Contra a make a claim therefor as provided ' ® 11 and 13.06 OWNER MAY STOP THE A. If the Work is ti e, or Co fails to suffici t skilled workers or suitable mat s r equipin or fails to h or perform t Work in such a way that the c p ed W will nform t e ontract DochiQ ts, Owner may order Contr top th Wo or any o ereof, VtHWork e cause for such order has b ated; howe ,this rig o ner to shall not give rise to an th art of Owner se this ri t the benefit of Contractor or any ther 13.07 CORRECTION OR UMOVAL OF FECTI RK: A. I q ' by Engi eery ContraQr omptly, as directed, either correct all f t e Wor ler or not ed, installed or completed, or, if the Work has bee ejected neer, remove it from the Site and replace it with nondefective ® Work. C shall bear all direct, indirect, and consequential costs of such corre ov i clu€lin but not limited to fees and charges of engineers, archit torney and Hier professionals) made necessary thereby. 13.08 TWO -YE WARRANTY CORRECTION PERIOD: A. ore final acceptance of the project, the contractor shall provide a maintenance and in accordance with section 158.03 of the City of Fayetteville Unified Development Code. The bond shall be in the amount of 25% of the total contract price for a period of two years from the date of Substantial Completion. If within two years after the Date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions, either correct such defective Work, or, if it has been rejected by Owner, remove it from the Site and replace it with nondefective Work. If Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective Work corrected or the 00700-General Conditions 00700-40 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) rejected Work removed and replaced, and all direct, indirect, and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals) will be paid by Contractor. In special circumstances where a particular item of Equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. 13.09 ACCEPTANCE OF DEFECTIVE WORK: A. If, instead of requiring correction or removal and replacement of def ?inirect , Owner and, prior to Engineer's recommendation of final payment, allgmeer prefers to accept it, Owner may do so. Contractor ship ar all d't , and consequential costs attributab caner's evaluation of andWRIation to accept such defective Work (such co to a appro b} nginceasonableness and to include but not be limitedto s and c f engmi c itects, attorneys, and other profession y such a ce occu to Engineer's recommendation of ment, ge Order issued incorporating the necessary revisio Contra ments s ect to the Work; and Owner shall be entitle n ppropri ease in tract fte, and, if the parties are unable to as to th u t thereof ner ma a claim therefor as Am - provided' ice 1 e ceptane c rs aft mmendation, an appro ount 'll b aid by Co a r to Ow 13.10 OWNER RRECT DE CTIV A. If Antrac ail ithin a n le time i ritten notice of Engineer to proceed to c et and to cor t defectiv or to remove and replace rejected Wor r ' t u ed by er in acco ith Paragraph 13.07, or if Contractor f orm the Vt`o in accor th the Contract Documents, or if kyo r for fail uply with er provision of the Contract Documents, Ow r may, en days'fbvritt notice to Contractor, correct and remedy any ® ch deli ' . n exec ' e rights and remedies under this Paragraph, Owner hall 11 De To the ex t neces ry t complete corrective and remedial action, Owner may exclude Contractor fr all or part of the Site, take possession of all or part of the and suspend Contractor's services related thereto, take possession of tractor's tools, appliances, construction equipment, and machinery at the Site and neorporate in the Work all Equipment and Materials stored at the Site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner's representatives, agents, and employees such access to the Site as may be necessary to enable Owner to exercise the rights and remedies under this Paragraph. D. All direct, indirect, and consequential costs of Owner in exercising such rights and remedies will be charged against Contractor in an amount approved as to reasonableness by Engineer„ and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, Owner may make a claim therefor as 00700-General Conditions 00700-41 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) E ARTICLE 14 - provided in Article 11. Such direct, indirect, and consequential costs will include but not be limited to fees and charges of engineers, architects, attorneys and other professionals, all court and arbitration costs, and all costs of repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Times because of ar*r delay in performance of the Work attributable to the exercise by Owner of Own Ni.6 rights and remedies hereunder. PAYMENTS TO CONTRACTOR AND COMP TIO eZ 14.01 SCHEDULE OF VALUES: A. The schedule of values estab ill serve sis for payments and will be incorporated into a fo n pplicati aymen cpable to Engineer. Progress payments on c o nit of nit Pric will b on the number of units completed. 14.02 APPLICATION FOR PR PA A. Not later than -th day of c onth, or o ext bu, s day thereafter, (but not more o n once a ), Contr, r shall submit gineer for review an Applic Payrraent'ti out and #inn b- Contractor covering the Work conpl'etec s of the e o e Application and a-compVed by such supporting document tion as is required by�tn itraet Do ts. B. Begirlm g with ' sdcond forP each Application shall include an affida ontractor s that all progress payments received on acco t of ork ha bee applie unt to discharge Contractor's le iti obligatio o •ated wi Applications for Payment. C. I p ent is r e n the b quipment and Materials not incorporated in 6 tLhnthe rk but d v d and s tab tored at the Site or at another location agreed to ® wriin t A Iicati ayment shall also be accompanied by a bill of sale, voi doc n arranting that Owner has received the Equipment and rr is free acid cl of all liens, charges, security interests, and encumbrances (w 'ch hereinaft ese General Conditions referred to as "Liens' and ce that the Equipment and Materials are covered by appropriate property s rance and other arrangements to protect Owner's interest therein, all of which will be satisfactory to Owner. The amount of retainage with respect to progress payments will be as stipulated in Paragraph 14.04G. 1 CONTRACTOR'S WARRANTY OF TITLE: A. Contractor warrants and guarantees that title to all Work, Materials, and Equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to Owner no later than the time of payment free and clear of all Liens. 14.04 REVIEW OF APPLICATION FOR PROGRESS PAYMENT: A. Engineer will, within seven days after receipt of each Application For Payment, either indicate in writing a recommendation of payment and present the Application 00700-General Conditions 00700-42 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) to Owner (subject to the provisions of the last sentence of Paragraph 14.04D), or return the Application to Contractor indicating in writing Engineer's reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. After the required internal reviews and processing by the Owner, the Owner will diligently proceed to make payment to the Contractor, in accordance with the approved payment request, with 30 days. All efforts will be made to make payments within the 30 day period, but' Owner cannot guarantee the 30 days maximum time. Sr B. Engineer's recommendation of any payment requested in an 4pplicatio o will constitute a representation by Engineer to Owner, b sed on Engi o ite observations of the Work in progress as experienced d alified des professionals and on Engineer's review of the 4 c ' for Pa t and the accompanying data and se a le at the Wow gresse o point indicated; that, to the best of 's kno d' , inform d belief, the quality of the Work is in accorda ce with tract D utrrc its (subject to an evaluation of the Work as a netionin o prior t pc n Substantial Completion, to the results €� any su ent tests c r in the Contract Documents, to a f . l dcterminati antitie ssifications for Unit Price Work under P 9.OS, a y her gu ations in the recommendat and that actor is a to navrrtenlotele amount C. no recomme a -n comme g ny suc , Engineer will not thereb ed t av epresent a xhausti r ntinuous on -Site i t have been e to the t uality he antity of the Work beyond the spon ibi 'es s ecifically, , s to En i e the Contract Documents, or that ere no ether�xxrat or issues en the parties that might entitle Contra t paid additio by Ow wner to withhold payment to Cont to n K reWpaymen%,as n of in ent will constitute an additional r pr s tatioeer to O at the conditions precedent to Contractor's Pei entitle s forth in Paragraph 14.09 have been fulfilled. 6. se tov, nd the whole or any part of any payment if, in ' ion, ' o e neorrect to make such representations to Owner. ay also s o recommend any such payment, or, because of �uently discover evidence or the results of subsequent inspections or tests, any such payment previously recommended, to such extent as may be ary in Engineer's opinion to protect Owner from loss because: The Work is defective, or completed Work has been damaged requiring correction or replacement. Written claims have been made against Owner or Liens have been filed in connection with the Work. The Contract Price has been reduced by Written Amendment or Change Order Owner has been required to correct defective Work or complete Work in accordance with Paragraph 13.10, Of Engineer's 'actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02B. Of Contractor's unsatisfactory prosecution of the Work in accordance with the Contract Documents. 00700-General Conditions 00700-43 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) 7. Contractor's failure to make payment to Subcontractors, or for labor, Materials, or Equipment, or 8. Engineer shall not certify payments requesting more than eighty (80) percent of the Contract amount until such time as all operation, maintenance, repair, and replacement manuals, and product data has been furnished by the Contractor to the Owner. E. Owner may refuse to make payment of the full amount recommended by En because claims have been made against Owner on account of Contractor's performance of furnishing of the Work, or Liens have been fi din con ctDM the Work, or there are other items entitling Owner to a s t-o again e t recommended, but Owner must give Contractor in a written not (with a copy to Engineer) stating the reasons for such anti . F. When all grounds for withho ent ar d, paym be made in the amounts withheld because�tlmym G.Progress payments will be, its Abe amoun o 0 of the a of the Work completed and 1000o of Equipment ials suitht-,13, Wired and documented as indicated on the Application for P erit less the sum of all previous payments. The owner may forego w" iholding ge of the progress payments if the construction contract is fit - scent (50% o ete andi-tylic contractor lxa=Drovided the work in a satisfact cr. 14.05 SUBSTANTI LET N: A. tra r considers the ork rea its intended use, Contractor sha notify Owjr En ri ing ntire Work is substantially complete (e t or items ically list ontractor as incomplete) and reque t tha meer is2w a c rti icatQo tantial Completion. B. W' i easonable thereafter etor, and Engineer shall make an i s c ion of th �� ork- to det status of completion. If Engineer does not cons. er the Work substantial co plete, Engineer will notify Contractor in writing ® giVing his rosons theref ngmeer considers the Work substantially complete, Engi VR epare v to Owner a tentative certificate of Substantial Com o which Fill f e Date of Substantial Completion. There shall be att he the certihQVa tentative list of items to be completed or corrected before ayment. C.!S�Cer shall have seven days after receipt of the tentative certificate during which to ake written objection to Engineer as to any provisions of the certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not substantially complete, Engineer will within fourteen days after submission of the tentative certificate to Owner notify Contractor in writing, stating the reasons therefor. If, after consideration of Owner's objections, Engineer considers the Work substantially complete, Engineer will within said fourteen days execute and deliver to Owner and Contractor a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from Owner. D. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to 00700-General Conditions 00700-44 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, maintenance, heat, utilities, insurance, and warranties. E. Unless Owner and Contractor agree otherwise in writing and so inform Engineer prior to Engineer's issuing the defmitive certificate of Substantial Completion, Engineer's aforesaid recommendation will be binding on Owner and Contractor vnt' final payment. F. Owner shall have the right to exclude Contractor from the Work after the D Substantial Completion, but Owner shall allow Contractor re�Vonable aaws complete or correct items on the tentative list. AL- 14.06 PARTIAL UTILIZATION: A. Use by Owner of any fini identified in the Contract agree constitutes a sep4r fi used by Owner witho signific remainder of the Wo y be the Work subjec o ollowv 1. Own y time m a art of su Y1 reguest Engineer to part o Vvigrk. Coll w5th Contra inte use an ubs Uc ificate of s tia sonaUle er eil shall makes spectiol completion. If Engin ® s s ally can e , ing the r a%n efor. If Engineer considers that part of the Work to be stantialitcorriblete, the provisions of Paragraph 14.05 will apply with respect to ce cation of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. Owner may at any time request Contractor in writing to permit Owner to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to Engineer and within a reasonable time thereafter, Owner, Contractor, and Engineer shall make an inspection of that part of the Work to determine its status of completion and will prepare a list of the items remaining to be completed or corrected thereon before final payment. If Contractor does not object in writing to Owner and Engineer that such part of the Work is not ready for separate operation by Owner, Engineer will finalize the list of items to be completed or corrected and will deliver such list to Owner and Contractor together with a written recommendation as to the division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, maintenance, utilities, insurance, warranties, and guarantees for that 'the Wor ii has sn v been s, or whPeable her, En ' e and Contractor inning a pa e Work that can be erence with or's performance of the hed prio;�oWS, Vbstantial Completion of all tuest ContrX writin ermit Owner to use which belie to ae ady for its intended Mete k-lontract a s Contractor will certify it,oald part of e ` s substantially complete ertifica 'Substantial Completion for that t any tune notify Owner and Engineer in isiders 4al, part of the Work ready for its ally coa and request Engineer to issue a om n for that part of the Work. Within a equest, Owner, Contractor, and Engineer �twlt part of the Work to determine its status of oes not consider that part of the Work to be gineer will notify Owner and Contractor in writing 00700-General Conditions 00700-45 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) part of the Work, which will become binding upon Owner and Contractor at the time when Owner takes over such operation (unless they shall have otherwise agreed in writing and so informed Engineer). During such operation and prior to Substantial Completion of such part of the Work, Owner shall allow Contractor reasonable access to complete or correct item on said list and to complete other related Work. 3. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of Paragrap 0 in respect of property insurance. 14.07 FINAL INSPECTION: Aft. ## z a Upon written notice from Contractor that the Wor or greed potion t ereof is complete, Engineer will mak 1 inspecti ner, Engine , and Contractor and will notify Co c r in writ' of , l partic . is i` hich this inspection reveals that the ork incom defecti ntractor shall immediately take su e s as arep e ry to r ch deficiencies. 14.08 FINAL APPLICATION FO P NT- A. After Contrac complet ch correcoli o the sahafaction of Engineer and deliver aintena operatiinstructions, a es, guarantees, Bonds, c ' i tes of ' , p , mark cord c s, and other documents - all a e d by t Co+act Doc ts, and fter En eer has indicated that the ceptable (su 'ect to the v ions of Paraora 14.11), Contractor may ma app scat formal pay wing e r edure for progress payments. B. The final 'ca n for shall be anied by all documentation called for in the Co -et Doc ent ,together th mplete and legally effective releases or wa Qr (satisfacto to caner) of ens arising out of or filed in connection h. the- ork. 4n e eof d oved by Owner, Contractor may furnish rcce pts or rel 11; an a t of Contractor that the releases and receipts include all la ices, Ma rial, and Equipment for which a Lien could be filed, ® d that Is, End Material bills, and other indebtedness connected with e for or Owner's property might in any way be respons b , have b p d or otherwise satisfied; and consent of the surety, if any, t al payment. If a ubcontractor or Supplier fails to furnish a release or receipt , Contractor may furnish a Bond or other collateral satisfactory to Owner to mnify Owner against any Lien. 14.09 PAYMENT AND ACCEPTANCE: If, on the basis of Engineer's observation of the Work during construction and final inspection, and Engineer's review of the final Application for Payment and accompanying documentation -- all as required by the Contract Documents, Engineer is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled, Engineer will, within fourteen days after receipt of the final Application for Payment, indicate in writing Engineer's recommendation of payment and present the Application to Owner for payment. Thereupon, Engineer will give written notice to Owner and Contractor that the Work is acceptable (subject to the provisions of Paragraph 14.11). Otherwise, Engineer will return the Application to Contractor, indicating in writing the reasons for 00700-General Conditions 00700-46 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) 14.10 refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application. Thirty days after presentation to Owner of the Application and accompanying documentation, in appropriate form and substance, and with Engineer's recommendation and notice of acceptability, the amount recommended by Engineer will become due and will be paid by Owner to Contractor. B. If, through no fault of Contractor, final completion of the Work is significant delayed and if Engineer so confirms, Owner shall, upon receipt of Contractor n Application for Payment and recommendation of Engineer, a� without g the Agreement, make payment of the balance due for th po tion of lly completed and accepted. The written consent of the s e o the pay t o the balance due for that portion of the Work fully complcf nd a4ceshall be submitted by Contractor to Ent' with the Application for sment. Such payment shall be made under t s and nditions govpayment, except that it shall not cons 'tute waiver S. C. The Final Pay Estim 41 nclude�a emain' paid. A. Contractor's orts, on to �9=1111 Contract shall final pa t iy En eer nor the C mpl io , r any t by C D enu, nor any use or occupy any et of ace ne y Own tto of a St no he issu f �m 1 Work ' cordance with the coin ® of any progress or ic,c of a certif�6X Substantial 'o Contractor under the Contract the WojkX any part thereof by Owner, nor :ail so, nor any review and approval e ptability by Engineer pursuant to Paragraph 14,V, nor an corr tion of d c e Work by Owner will constitute an acce of Work n in cordane e Contract Documents or a release of Contra 's oblig o perf rk in accordance with the Contract Do nts (e rovided graph 14.11). 14.11 WAWNU OF CL e m d acceptance of final payment will constitute: A wa cla' s y n against Contractor, except claims arising from uns ttl ens, fro de etive work appearing after final inspection pursuant to P aph 14.07, or from failure to comply with the Contract Documents or the terms special guarantees specified therein; however, it will not constitute a waiver Owner of any rights in respect of Contractor's continuing obligations under the Contract Documents; and A waiver of all claims by Contractor against Owner other than those previously made in writing and still unsettled. 12 INTEREST: NOT APPLICABLE. ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION 15.01 OWNER MAY SUSPEND WORK: A. Owner may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than 90 days by notice in writing to Contractor, and Engineer 00700-General Conditions 00700-47 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) 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 increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to any suspension if Contractor makes an approved claim therefor as provided in Articles 11 and 12. 15.02 OWNER MAY TERMINATE: + N6 A. Upon the occurrence of any one or more of the following events: 1. If Contractor commences a voluntary case under any hapter of he Bankruptcy Code (Title 11, United States Code as ow or e effect, or if Contractor takes any equivalent o i ' ar action b iling a petition or otherwise under any other feller ate Law ' effe t at such time relating to the b tcy or insole 2. If a petition is filed a s ontract any chpt the bankruptcy Code as now or he aft n effect ime of li ` or if a petition is filed seeking any ' alent or i relief a ontractor under any other federa Law' t at the ti a ing to bankruptcy or insolvenc , 3. If Co r thakes a assi the be tt of creditors; 4. If a t e , receiv o ian, or o Contc r appointed under ap t e La r r contra «� se ap r authority to take char of pr ert Contrac is for the pu s f enforcing a Lien ginst such p rty or f th rpose 9--en 1 administration of such prbpe for the benefi ractor's ed rs; 5. If Co ra radm' ing an in o pay its debts generally as they b due; 6. If ractor tently fails rrn the Work in accordance with the ontract D n (incl t not limited to, failure to supply sufficiQ 1 worke table Equipment or Materials or failure to adher progres sch le established under Paragraph 2.07 as revised ® f o tim actor s s aws or Regulations of any public body having iction 8. ontracto gards the authority of Engineer; or If Contractor otherwise violates in any substantial way any provisions of the Contract Documents; B wner may, after giving Contractor (and the surety, if there be one) ten days' 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 Equipment and Materials 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 the direct, indirect, and consequential costs of completing the Work (including but not limited to fees and charges of engineers, architects, attorneys and other professionals, and court and 00700-General Conditions 00700-48 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) arbitration costs), such excess will be paid to Contractor. If such costs exceed such unpaid balance, Contractor shall pay the difference to Owner. Such costs incurred by Owner will be approved as to reasonableness by Engineer and incorporated in a Change Order, but when exercising any rights or remedies under this Paragraph, Owner shall not be required to obtain the lowest price for the Work performed. C. Where Contractor's services have been so terminated by Owner, the tennination4vi not affect any rights or remedies of Owner against Contractor then existing or w may thereafter accrue. Any retention or payment of moneys due to Contracto Owner will not release Contractor from liability. D. Upon ten days' written notice to Contractor and Eng• Owner m ut cause and without prejudice to any other right or r e ct to aban the Work and terminate the Agreement. I such case, Cotttr to s all b r all Work executed and any expense su i plus reaso in atio x ses, which will include, but not be limited to, , indirec a nseque �adsts (including, but not limited to, fees an es es o engine itects, s and other professionals, and co ar itra 'o 15.03 CONTRACTOR MAY S RK OFA NAT A. If, through no 6fault of n c or, the suspend&l for a period of more than 90 da ner or n order crFctrt or o hl�lic authority, or Enginecr ' • o act an plicatio fkpa11ment w* 0 days after it is su in d, wner •ls r 30 da v Contractot sum finally determined to hen Contractor may, tun days' writt n notice to Owner and Engineer, t nate the . gz-eei�nt and r v m OQ p ment for all Work executed and any e e s stained a sonabletion expenses. In addition and in lieu of term' g the ree t, if En a has failed to act on an Application for Paym Owner, ha al to make ayment as aforesaid, Contractor may n ttkays' Wri n ice t d Engineer stop the Work until payment of a 1 unts th he provis f this Paragraph shall not relieve Contractor of li 6thegatio r Paragrai 6.1 to carry on the Work in accordance with the eogress and wi dvlay during disputes and disagreements with Owner. ARTICL UTI ISPUTES 16.01 RESOL N OF CLAIMS AND DISPUTES A.Wiltractor's claims against Owner will be reviewed by Engineer, who shall take one or more of the following actions within ten (10) days after receipt of a claim: 1. Request additional supporting data from the claimant; 2. Submit a schedule to Contractor indicating reasonable time within which Engineer expects to take action; 3. Reject the Claim in whole or in part, stating reasons for rejection; 4. Recommend approval of the claim; or 5. Suggest a compromise. 00700-General Conditions 00700-49 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) B. Owner's claims against Contractor will be reviewed by Contractor who shall take one or more of the following actions within ten (10) days after receipt of the Claim: 1. Request additional supporting data from Engineer; 2. Submit a schedule to the Engineer indicating a reasonable time within which Contractor expects to take action; 3. Deny the claim in whole or in part, stating reasons for denial; 4. Recommend approval of the claim; or 5. Suggest a compromise. C. If a claim has been resolved, the Owner will prepare or obtai ppropri documentation. D. If a claim has been denied or if no action has been to in he manner vided in Paragraphs 16.0IA or 16.0113, then the claimant tht en (1k%)athereafter, may notify the Owner, the other p d Contrac ety thatand Contractor have been unable to ve the c n that e Owner, pursuant to Paragraph 16.01E skal iew the claim ake a on the claim. E. If a claim is present e Owner*n Owner iew the claim and make a decision within fo e 14) da F. Disputes that ca t settled negoti t e pr edures in Paragraphs 16.01A throu 1E abo h 1 be sett utually d or in a court of compete on t n State o a as. G. Arbitr all not a us in the set of disp s. ARTICLE 17 - ELLANECOUS 17.01 GIVING NOTIC A. Whe e0ftny provisi the Contr ments requires the giving of written nc ill be deeme( hav b ly given if delivered in person to the indi'Vi al or t „her of the to an officer of the corporation for whom it is intended, o ered at sen by registered or certified mail, postage prepaid, ® the las addre Inn to the giver of the notice. 17.02 UTA QNV I A. en any period of Wis referred to in the Contract Documents by days, it will be jap'Outed to exclude the first and include the last day of such period. If the last day ny such period falls on a Saturday or Sunday or on a day made a legal holiday by he Law of the applicable jurisdiction, such day will be omitted from the computation. A calendar day of 24 hours measured from midnight to the next midnight shall ® constitute a day. 17.03 CLAIMS, CUMULATIVE REMEDIES: A. Should Owner or Contractor suffer injury or damage to person or property because of any error, omission, or act of the other party or of any of the other parry's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this Paragraph shall not be construed as a 00700-General Conditions 00700-50 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) substitute for or a waiver of the provisions of any applicable statute of limitations or repose. B. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon Contractor by Paragraphs 6.16A, 13.01, 13.08, 13.10, 14.03, and 15.02A and all of the rights and remedies available to Owner and Engineer thereunder, are in addition to, an a to be construed in any way as a limitation of, any rights and remedies availab o y or all of them which are otherwise imposed or available by L s or Re la y special warranty or guarantee, or by other provisions of a ontract oc , and the provisions of this Paragraph will be as effective as r eated spec al y in the Contract Documents in connection with each pti ty, obli,t'10 n, right, and remedy to which they apply. resentati nties, Aid guarantees made in the Contract Documents will s i fmal pNMi nd to 'fin or completion of the Agreement. 17.04 FREEDOM OF INFORMA T: A. City contracts an currents pre while pe g City contractual work are subject to the sas Freed f Information A If a Fr om of Information Act request ented tVts ®of Favctteville, the ca to shall do everything possible t r ide t in a and f e er as prescribed in the Arka s om o nfo ' ation �A. .A. § 5-1 et. seq.) Only legally aui€rizec photocopyin costs puy n to the F maybe assessed for this con Nance. E SECTIO 0 0 00700-General Conditions 00700-51 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 — GENERAL CONDITIONS (continued) 00700-General Conditions 00700-52 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00800 — SUPPLEMENTAL CONDITONS GENERAL 1.01 SUMMARY: A. This Section summarizes Supplemental Conditions that apply to this Work in addition (supplemental to) to General Conditions, Contract Documents and other Specifications for Fayetteville Transfer Station Improvements — Metal Push Wall Chute Replacement, Bid 25-31, Construction Rebid. N6 1.02 ARKANSAS STATE LAW A.C.A. § 22-9-101 A. Comply with all Federal, State and Local laws acid QSYNciis in g ut not limited to Arkansas Code § 9 1 . 1. Title 22 Public Pr er Chapter 9 1 Subchapt -- eneral s A.C.L - -101. O on by regig d profe nals required. U ' Citatio ode § 2 (20 or division o state sh n Z w rks volvng engin t ar sp ica ns, an s s have i ent execut der th d in § 1 101 or arcbft nunici i village, or other political ;e e c pital improvement of public e r which the plans, made by and the capital ation of a professional engineer as defined in § 17-15-102, in their spective experts (b) No is sectio be held to apply to any public works wherein the ated c 1 1 improvement expenditure: an e ® oject does not exceed twenty-five thousand dollars ,000); r (2) For an arc ectural project does not exceed one hundred thousand dollars ($100,000). (c) This section shall not apply to any school district, county, municipality, or township project that is planned and executed according to plans and specifications furnished by authorized state agencies." 1. ROPERTY LINES AND MONUMENTS: NNA. The Contractor shall protect all property corner markers, and when any such marker or monuments are in danger of being disturbed, they shall be properly referenced and if disturbed shall be reset at the expense of the Contractor. 1.04 EXPLOSIVES: A. Explosives or burning shall not be used. 00800 Supplemental —Conditions 00800-1 January 2025 City of Fayetteville, Arkansas Ilayettevil e Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 00800 — SJTPPI,ENIE>1 .T 1, C'ONDITO>1ti S (continued) 1.05 CI.1"ANi_1P: A. During construction of the work, the Contractor shall at all times, keep the site of the work and adjacent premises as free from material, debris, and rubbish, as is practicable, shall remove same from any portion of the site, if in the opinion of the City of Fayetteville such material debris, or rubbish constitutes a nuisance or is objectionable. B. The Contractor shall remove from the site all of his surplus materials and t structures when no further need therefore develops. 1.06 PROJECT N-1UNTENANCE: A. Th.e Contractor shall rnaintairRQ, ep in go if• the w ernplated under these plans, specifications, raetc., sl 1 pe'rfo r period as setforth in the N-'faint.enane - B t the date aL ptance all c scary repair, reconstruction and r f any l 's d cons t tf . and shall furnish the labor and materials to d and t any def' ,e ndition growing out of or on. the account o ie reakage re of an,,,,, an.ce o he improper function of same. Said f ante co f t tes the • rest.Va o o a functional use during th iod s t in the a e ance 1.07 PR(.) I'I C' INN ROVI="MENTS: A. The 'ontx f• s lobe era ' e r ponsil�l protection of all improvements that are no Qes nat-db ,the v of Fa tt - e to be removed for proper const et'the pr c `I`I7is shall ' � sidewalks, building walls, existing i s nanhole., ground f shrubs, trees, signs, sod and fences. The r for sha ely resp s for the protection. of all pavements adjacent lk to project. 1.08 I ENT qOIN- A. T Contractor must report in writing to the City of Fayetteville all accidents oe4-er arising out of, or in. connections with the performance of the work, ether on, or adjacent to., the site, which caused death, personal injury, or property damages, giving full. details and statern.en.ts of witnesses. In. addition, if death. or serious injuries or serious damages are caused, the accidentt shall be reported ti-nmediately by telephone or messenger to the City of Fayetteville. B. If any claim is made by anyone against the Contractor or any subcontractor on. accountof anv accident, the Contractor shall promptly report the facts in writing to the City of Fayetteville giving full details of the claim. 1.09 ARRANGE N1I` 'I'S FOR WA'IT,R A. Water used for installation purposes, jetting or flooding trenches, sprinkling, testing and flushing of pipelines or any other purpose incidental to this project, will be 00800 Supplenie:ntal Conclitions 00800-1-1 .I.anuary- 2025 City of Fayetteville, Arkansas Ilayettevil e Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION t)t 800— SITPPI,ENIEN. <1.I, C'ONDITONS (continued) furnished by the Contractor. '1'h.e Contractor shall inake the necessary arrangements for securing the transporting of such water and shall take such water in a. manner and at such time that will. not produce a harmful drain or decrease of pressure in the City of Fayett.eville's WATER SYSTEM. Water shall not be used in a. wasteful manner. B. The Contractor shall be billed and shall pay for all water used. 4 C. Backilow prevention is required on Contractor's equipmentt during filling op 1..1.0 UTSE OF FIRF,1-1:YDRANTS A. No person shall open, turn off, interfere with, attac. ipe or 11 to, • connect anything with any fire hydrae valve ors or tap s ,r main beionging to the City oil," , unless torized by the City of Fayetteville Water DepartWnt. B. Water utilized from f � -a nts shal c; ' manner roved and acceptable to the City of Fayettevi. e. cli use s elude me ul backflow prevention equipment ace ep ..e (.11, ettevi.11e _",on.tractor is responsible for any adverse fi the wa. r i ution s Y inched' gut. not limited to damage to em ffo hammer nsient s. , ul.ting from his filling o ti ns. C. T et shall Wed and, s 5' If'or aNk, watt sed. D. Ba lmv, preN tiof�s requir tracto • r ment. during filling operations. 1..1.1. NO TRE;.F S A , .... ('171, A.all lie e it upcific authority by the C"ity of Fayetteville. fir! cljacent ork shall\tlj� ected from all damage by the construction pei ations. 1.12 -IO 4% I O _,ES, F. C:I , ETC. A. s within the right-of-way of this prgJeet shall. be kept in good repair and closed 1 times, except when it is necessary to move machinery and equipment through ne fence. Crates shall be closed immediately after use. When. the prgjeet is complete, the Contractor shall repair all fences and gates that have been moved or damaged by the Contractor as a result of construction. Fences shall. be left in repair equal to the original condition. No separate compensation shall be made for this work. B. Where surface drainage channels are disturbed or blocked during construction, they shall be restored to their original condition of grade and cross section after the work - of construction is completed. C. The Contractor shall not be held liable for unavoidable damage to crops provided such damage occurs within. the construction easement provided by the City of Fayetteville. 00800 Supplenie:ntal Conclitions 00800-3 fanuary- 2025 City of Fayetteville, Arkansas Ilayettevil e Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION t)t 800— SITPPI,ENIENT<1.1, C'ONDITONS (continued) 1. l: POI:..,I S, SKINS, C:ri. Y WIRE S, I TC A. All utility poles and guy woes, private sign posts, signs and guy wires, and similar private obstructions which interfere with the construction of this project will be removed and replaced, or moved to new permanent locations by the Owners thereof without cost to the Contractor. B. The removal and replacement of City of Fayetteville street sign posts and Sig th.e responsibility of the Contractor. The Contractor shall be responsible for damage to street signposts and signs within the limits of his (operations - t in in place or are removed and replaced. In the event street ' posts and injured or destroyed by the Contractor's operations, s sill be replac by the Contractor. No separate eotn.pe satlon. will be.iiFl1 tti lfS I.N'o'k, lie costs thereof shall be included ins f tract pay f are prop 'b 1.14 EXISTING UTILITIES ANWRAnE LLN : A. Prior to the start o' ° cavatio v Contra Contractor shall communicate wi. A KANS CALL, t er r esentative of all th.e utility system t led but ted to Y i and 'N f Tartment, the gas coanpany com f t hone e } and ri.vate utility compa advis said -- rescntat' e e rout roposed construction, in o at the ass e of the in the kgatio f and in the avoidance of co wi utility- lines. B. 'The - ontr r S I he re �bZior the on of all existing utilities or service lines cr ssed or expo y his c S . c on operations. Where existing utiliti o , erN,71ee ]in ar ut, l�rok aged, th.e Contractor shall replace of r tilities o • e lines same type of original material and n ction t his o,o nd expense, with the exception of those items incl ed in t k hedule. c C t all c "N the "Arkansas Underground Facilities Damage Prey ins es amendments, the Arkansas One -Call. System, and shall al otc rrtial J10ict.ing utility systems accordingly. D. ontra.etor is responsible for protecting public and private property. The tractor is responsible for th.e Con.traetor's safety plan and implementation. 1.15 STING S IRC MURES: A. It is the Contractor's responsibility to verify the locations of existing surface and subsurface structures. It is mutually agreed that such shall not be considered sufficient basis for elaitn.s for additional cotn.pen.sati.on for extra work or for increasing the pay quantities in any manner whatsoever, unless the obstruction encountered is such as to necessitate changes in the l.i.n.es or grades, or requires th.e building of special work, provisions for which are not made in the plans and proposal, in which case the provisions in these specifications for extra work shall apply. 00800 Supplenie:ntal Conclitions 00800-4 :fanuary- 2025 City or Fayetteville, Arkansas Ilayettevil e Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION t)t 800— SITPPI,ENIFNTAI, 4'ONDITONS (continued) 1.16 DR UNAUE: A. The Contractor shall provide at his own cost and expense all methods for adequately draining the work. No separate measurern.ent or compensation will be paid for sub - drains or other methods of draining, but the cost thereof shall be included in such contract pay items as are provided in the Proposal and Contract. 1..1.7 CONSTRi. C"PION IN C.",ITY STREETS AND :PRIVA'IT. DIM' S A. It shall. be the responsibility of the Contractor to b11 rnaintai 11 « ther• bypasses and detours, if necespV1,Y, and to pro , barri mark all bypasses and detours that rtti a equirecl crass tlt invol4-ed in the work included in this contra et. B. St.reet. shall remain o � a is at a r nless s crrnission for closing the street is given by 7 v ofFa Ile. Aft n . siort is given. for closing any portion. of th the Cot f4ov. shall be r . srbl.e for n.oti.fi.ng the Police and Fire Dep° 4 (24) advance h clositKnd'allow C. The Cont all r v } effort t p ete c irn.rn.ediate access ertt pr 'ert . all driv a rances . along the streets. O e : e nts or vemert , acces , rnd/ ntrance drives are located sh ifiqd at least eight (8 rior to e ` e the construction will. be sta. Yd at their e�tt€tys c nd ` as to the length of time driveavay. w e closed. D 11K4vat'5 of RaN't I. he 'ontrac d of ONN and a sibili tl tractot• sh ruct temporary gravel crossings and c ingress ess across excavated areas at no expense e and as d by the C.. i.ty of ayettevill.e. lat a l t` , keep a sufficient width of the roadway clear of dirt to n ree flow of traffic. The Contactor shall assume any, r g , person or otherwise, that rn.ay be caused by the con tru along 't. Fayetteville streets or private drives. F. 16 ecomes apparent thatt barricades do notsufficiently protectthe general public the Contractor's workmen from traffic hazards, the Contractor may be required o furrt.i.sh. such fl.ag7.-n.en an.d/or watchmen. as may be deemed necessary to properly direct. traffic. S CONSTRUC I`ION IN ARKANSAS I-IIGI-IWAV' DEPART %,-fEN'I' RIGI-II'-OF-WAY: A. Where the work encroaches upon any right-of-way of the Arkansas Highway Department, the City of Fayetteville will secure the necessary permits for the work. Where highways are crossed, the Contractor shall observe all the regulations arid instructions of the Arkansas Highway Department as to methods of doing the work, or precautions for safety of property and the public. All negotiations with the Arkansas Highway Department except for permits shall. be made by the Contractor. 00800 Supplenie:ntal Conditions 00800- .I.anuary- 2025 City of Fayetteville, Arkansas Ilayettevil e Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION t)t 800— SITPP1,F1i1FN.T 1, C'ONDITONS (continued) '1'h.e Arkansas .1-ligh.way Depaa-lmen.t shall be notified by th.e Contractor not less than. five days previous to the time of his intention to begin wort:. 1.1.9 MAINTENANCE OF STORM SENVER AND U'TII-,ITIES T11AX CROSS EXISTING ROADWkY_: + A. The Contractor shall maintain atall times during construction storm sewer an tr crossings of existing roadways at no expense to the City of Fayetteville. St sewers and utilities crossing existing roadways shall. be baek+filled in.qba, r e with the provisions of these specifications to a`n eleva x inches e elevation. of th.e existing roadway. A six-inch this r acted gr shall be constricted to the elevation o existing pay thin t.h shall be maintained throughout the co , on. Potl peaiiiig ` xisting pavement, which 'in the opi ion the Cit F° ettek"ill a and to the general public. shall be filled sh ained a re cl by th., C ` Fayetteville. 1.20 BARRICADES. UGH , wAT A. Where the carried r adjace y streets z� public place, the Contract. shy 1 at. hi., n and ex se urnis such barricades, fences �a e.. type f sh narkei•s anget• s` na , s 11 provide such wreedto and shall pr - de such e precauti measures including but not lirag n axl detours t otectrsons or property anl of th.e war .. . ces, ty. Al. s, arii.eade , afli.e control devices shall be placed an( a ta.ined in ace ance wi tTAL FOR UNIFORM TR:=\-FFIC � Y C`ON C _V - I:CE: 7 1'(1)), la ton.. o t Ix... et to gkip, se, ie on all. furnish. and maintain at least one battery typ skier -in 4 each barrio and sufficientt number of barricades shall be tec ed to k Iles o in.g driven on or into an.y work under construction. e C t all f i w -hmcn in sufficient numbers to protectt the work. The r° 'tor wil e h responsible for all damage to the work due to failure of b; cac s, signs, lig... , nd watehinen to protect it, and whenever evidence is found ;-,,,ed •h damage, the Cit.v of Fayetteville may order the damaged portion immediately Dand replaced by the Contractor at his cost and expense. Th.e Contractor's esponsibility for the maintenance of ba.rrica.des, signs, and lights, and for providing watchtn.en shall not cease until the project shall have been. accepted by the City of F ayett-%, il.l.e. During the prosecution of the work, the Contractor shall obstruct public travel as little as possible and in no case shall there be less than twelve (12) feett in width of unobstructed roadway- for the use of traffic. Xfitterials and equipment stored in or near the path of traffic shall be protected with red flags during the day and with lights during the night. 00800 Supplenie:ntal Conclitions 00800-6 fanuary• 2025 City of Fayetteville, Arkansas Ilayettevil e Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 00800 — SITPPJ,EN1E N. <1.1, C'ONDITO>lti S (continued) 1.21 P:R.C}TI C"PION OF FXIS'[']NC:r WATER. VA:I..,'4-F BO.XF S A. Protection of existing water valve boxes located within the limits of the work shall subsequently be the responsibility of the Contractor. Failure to show water valve box locations on the plans does not relieve th.e Contractor of the responsibility to prevent damage to the valve and boxes. 1.22 SURPLUS MAT I-RIALS A. Surplus materials sh.al.l. be disposed of by- the ('oniracto t hiown c t pense in compliance with all Federal, State and Local regula -I . 0 1.23 SALVAGED NIATERIALS INS N. All materials removed*1 ie constr 'tfki of the pro s salvaged materials shall be removed, cle uled t s ked on e y of I ayettevi.l.le's grounds. Salvage to Is shal rop€:rt th City of Fayetteville. 1.24 FINAL CLENN- A. Upon ton of e % k. an. be eptanee al payment, the C shall. clean, vinove rul) Ii, nused ials and temporary structures fro the limit 'thcroject a r in a aw e cceptable to the Engineer, all pro A pu c anal e at has be malted by the Contractor during the prosecutio e work, an a 1 level, s e all portions of the work where the surfa of,^ atural d of• street has been disturbed during construction a s eave the Y' the work t and presentable condition, free from nits la 15. 13. Ut rial cle ln,theli f of e project and deposited on. adjacent property will t be satisfy 'v less prior approval is obtained from the property own cl, th rl: k cc mplished to the satisfaction of the City of Fayette and a ) City of Fayetteville grading permit is issued, if required. 1.25 PRI ROPERTY ACCESS The Contractor shall not enter upon or use private property except as allowed by easements or if the Contractor obtains specific written prior permission. from the property owner. 1.26 COMPANY LOGO A. NII equipmentused on the prqjectshall be clearly marked with the Contractor's name and LOGO. Subcontractor equipment shall also be similarly marked. 00800 Supplenie:ntal Conclitions 00800-7 fanuary- 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 00800 — SITPPI,ENIEN, A.I, C'O DITONS (continued) ] .2)' ; TRE,NCI-I SAFETY SYSTEM - CONTRACTOR. A. Should excavation by the contractor become necessary then the Contractor shall comply with Specification 02003 - TRENCH S.UETY%PROTECTIVE SYSTEMS. P'kR'I' 2 - I3ROI)E {:TS—.N "I' fu3PLIC kBI,E. P.ki`a..I 3 - EXE.C.1 I O n % — l'6O' i.PPLIC. &BLE, END OF SE("TION 00800, ,e), ff A 00800 Supplenie:ntal Conclitions 00800-8 .I.anuary- 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01110-SUMMARY OF WORK PART1- GENERAL 1.01 SUMMARY: A. This Section summarizes the Work and supplements the information detail in t complete Contract Documents. B. Owner: The City of Fayetteville, Arkansas, 113 West Mountain Street, Fay AR 72701 is contracting for Work described in the Contract Documents. 1. Contract Identification: Fayetteville Transfer Station Improvem®en Metal Push Wall and4leilkReolacern t Bid 25-31, 2. Location: 1 C. Engineer: The Hawkins -We' Cpineers, In 516 East MtNap Road u' e Fayett , kans, 72 d N Road, ille, Arkansas 72701. prepar !Amen o metal pu in the Vaste Pit. acts: Transfer Station and the B. Zyorrby O ne. Othe s : N 1.04 NT O USE OF SES: A. Ig the construction period, Contractor shall have use of the property, easements 1�p rights -of -way acquired by the Owner for this project. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by Contractor. 1. WNER'S USE OF PREMISES: A. Partial Owner Occupancy: The Owner reserves the right to occupy completed areas of the contract, prior to Substantial Completion provided that such occupancy does not interfere with completion of the Work. Such partial occupancy shall not constitute acceptance of the total Work. 0 11 10-Summary of Work 01110-1 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01110-SUMMARY OF WORK (continued) 1.06 WORK SEQUENCE: A. Construction sequence shall be determined by Contractor subject to Owner's need for continuous operation of existing facilities, and subject to the requirements as indicated or specified. The Contractor's construction sequence should minimal adhere to the following outline: 1. Install the temporary construction barrier to subdivide the Transfe a and facilitate demolition and construction activities to either the tal push wall or the south metal push wall. 2. Demolish the north metal push wall, e n the existin W 12 x 22 columns. 10 C 3. Construct the north in sh wall ed on t IV 4. Return then -side: of the Tr tation t eration by the Owner. 1 5. Demolish �Zbuth me wall, e 1 ing the existing W12 x 22 columns 6. Co e sout push w tailed C*Fwt6ns. 7. ORIuwthes th s e of the T s Station u operation by the Owner. 8. Rtmowe the temporary tion barlb, 9. D do and u tion aciokdioin the Waste Pit may occur simult eously ith Work :oclated with the metal push walls, except f t e daily o hour lim s defined in Paragraph 1.06.F.3 of this ction,� 1C . Dem metal ute Gated along the interior east wall of the Waste 11. s uct t incute located along the interior east wall of the Waste Pit detailed h lans. 0 Armor the existing elevated concrete beams, located on the north and south ends of the Waste Pit, with mild steel plate as detailed in the plans. The Contractor shall arrange crews in a way to have continuous work from the time a particular project has begun until it is complete. It shall be the responsibility of the Contractor to inform the City of Fayetteville regarding dates and locations of work activities that may impact the flow of traffic. C. Construction sequence shall be determined by Contractor subject to Owner's need for continuous operation of existing facilities, and subject to the requirements as indicated or specified. 0 11 00-Summary of Work 01110-2 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01110-SUMMARY OF WORK (continued) D. It shall be the responsibility of the Contractor, 48 hours prior to the initiation of construction on easements through private property, to inform the property owner of his intent to begin construction. Before beginning construction in areas of public dedication, the Contractor shall inform the agency having jurisdiction in the area forty-eight (48) hours prior to initiation of the work. E. Continuous Service of Existing Facilities: Exercise caution and schedule operat' to ensure that functioning of present facilities will not be disrupted. Shut Owner's operating facilities to perform the Work shall be held to a mini th of time and shall be coordinated with Owner who shall havlcontrol iming and schedules of such shutdowns. F. Demolition and Construction AaLivities 1. All demolition and cohst tion ac ' t within a sfer Station shall occur between MaV 1 and June 2 , ConstructI64 materials shall be on - site prior to May 1, 2025, so k may edAtely commence on May 1st. All constmvtion activ all be c e by no later than June 29, 2025. 2. All d i ion an ction a ies to the a push walls shall be 1' i o eit - t e rth meta p wall metal push wall to ize o ati a impa the T e tation. A temporary struction shall a ted to ote the Contractor's personnel inmdemolition and _ tion acti 'ti associated with the metal push w . " 14 s tr n const c ncretwl plans. the 00 A a shall be installed in the location Yed with armoring the existing elevated shall be limited to the following hours: 4:00 Furthermore, the Waste Pit must be fully basis. nstruoted 'pits associated with the metal chute in the waste pit s 1 be 1' a consecutive seven (7) day calendar period between June and Jun2025, and shall not commence until the completion of all improvements associated with the metal push wall and the armoring of the existing elevated concrete beams in the waste pit. The Contractor shall be subject to Liquidated Damages in the amount of One Thousand Dollars ($1,000.00) per calendar day for each day the metal chute remains incomplete and the Transfer Station can be restored to its full operational capacity following the consecutive seven (7) day calendar period. V 1 '�D �1�11��1�l�YII:VI�I�%11Y�1.�I_AIf.� 0 11 00-Summary of Work 01110-3 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01110-SUMMARY OF WORK (continued) fill:0yIIRVIII)SpyIC100W_\01bleM USI"Lis A. Unit Price Contracts: All Work indicated in the Contract Documents shall be included in the Unit Price Bid Schedule and the Agreement. A Unit Price is an amount proposed by Contractor and stated in the Agreement as a price per unit of measurement for materials or services. B. Payment for the work included in this section will be in accordance with e set forth in the proposal for the quantity of work performed. The Contract es that he will make no claim for damages, or anticipated ofits, or a on account of any difference between the amounts of wo ac ually p o and the estimated amounts therefore. C. Measurement and Payment o cific items + Os speci ach applicable Section of the Technical Spec at ns. D. There will be no sepw items f ollowin t cellaneous construction items. Cost for these i�ai)a . all be i d inci sidiary to other contract bid items. 1. All S xcluding r Safety. - n i Safety er specification 02003 is a Bi m. 2. aphs Cffth site prior e ork if r e d by City of Fayetteville. 3. elhK cleaning and ro val. 4. 1 a eofTr 0 5. Fidotta leanup gl�l 1 of r& b , equi aterials, incidentals, tools, appurtenances, permit n not spe 'fic, y listed in the Bid Form work required for a ® c install t' cceptable to the City of Fayetteville Trash and g The Co ctor's In is �id all supporting documents shall be submitted to the City o ayetteville Trash and Recycling. The City of Fayetteville Trash and Recycling repare the pay estimate based on the Contractor's Invoice. F. nvoices shall be sent to the City of Fayetteville. They shall be itemized to include: The specific bid items utilized. 1. The quantities of those bid items. 2. The location of the project. 3. The total cost for that project. 4. The total billing to date, including any change orders. All state and local taxes applicable. 0 11 00-Summary of Work 01110-4 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01110-SUMMARY OF WORK (continued) H. Completion of a project is defined to include the satisfactory performance of all minor and non -pay work items such as clean up and restoration/replacement of all damaged private and public property. I. All invoices for payment presented by the Contractor shall provide documentation tn support the location and amount of work accomplished during the payment pe&*1 The Contractor's Invoice and all supporting documents shall be submitted to the of Fayetteville Trash and Recycling. The City of Fayetteville Trash and c will prepare the pay estimate based on the Contractor's Invoice. Inv ill include: 1. The specific bid items utilized. 2. The quantities of tholl: terns. 3. The location of theivroje . 4. The total cos t proje 5. The tota t to date i mg any order . 6. All s local pplicable. 0 1.09 COPIES OF D.O CL • NTS: A. F ed Copies: After execut greeme ontractor will be furnished at no cos a maxi othree ( e Cont cuments consisting of full-size Contract Ze •ng includi is d Drawg- d the Project Manual, in addition to those used ecution the greemen B. 4tlr�4 Copies 'ionaI f above documents will be supplied by upon + f Contra r d approval of Owner. kqknts will be supplied by Engineer upon request of 0 11 00-Summary of Work 01110-5 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01110-SUMMARY OF WORK (continued) 1.10 LIST OF DRAWINGS AND SCHEDULES: 1 COVER SHEET 2 CONSTRUCTION NOTES, LEGEND, QUANTITY TABLE, AND CONTROL POIN TABLE 3 EXISTING SITE PLAN 4 DEMOLITION PLANS 5 DEMOLITION DETAILS AMD SECTIONS 6 DEMOLITION PHOTOS 7 PROPOSED METAL PUSH WA CHUT 8 PROPOSED METAL PUSH WAL TAILS ECTIO 9 PROPOSED METAL PU.SU LAND 10 PROPOSED METAL P WALL 11 PROPOSED STRU DE 12 SITE PIPING 13 SITE PAV AN 14 MIS SUS CIVI TAII 15 16 PROPOSED WASTE PIT 1.11 SCHEDU.E WNER- DETAliSECTIONS 6 I A TT Q Aft-6 d6fitainers and container haul -off. Alternatively, all demolished mild steel. END OF SECTION 01110 0 11 00-Summary of Work 01110-6 January 2025 City of Fayetteville, Arkansas Ilayettevil e Transfer Station Improvements Metal Pusli'Wall and Chute Replacement SECTION 01250-C'ONTR.XC"T %IODIFIC'.kTIt')�ti PROC'EDITi1.FS FART l - GENERAL 1.01 SI_T1%IX4ARY A. Section Includes: 1. 11.1inor changes in the Work. 2. Proposal request. 3. Work Change Directive. B. Related Sections: L DOCUMENT 00700 — GENERAI.., CO."D S. 2. Supplementary Con o 1.02 1VIINOR CHANGES IN I'HE WOI A. Engineer will. advise a r oftxtin es i.n. LL' involving an. adjustment to Contract Price o act Tim authoriz ie DOCUMENT 00700 — GENERAL CO. , e S, Sub h 9.05 ing Field Orders. L Ther e n.o ch. e.. without rl r itteno . al. of the Engineer of R- . clior the ,I designa ' essiok er. 1.03 PROPOSAL I T A. 0 iate Proposal Reque 1. Et et lay issiw osal Re Including detailed descriptions of p 1 d changes in ork th- - n quire adjustment to the Contract Price or ..ontract e. If nepe e de ji Ill include suppletn.ental or revised Drawings an a cations. b r al Re ssued by Engineer are for infortnation only. Do not ider t tions ei.th.er to stop Work i.n. progress or to execute th.e prE3pos - ch 2. : ontractor s ubmit cost proposal, including any request for an extension. in Contract Times, within 14 days of receipt of Proposal Request. In order to facilitate checking of Contractor's proposal.s for extras or credits, All proposals, except those so minor that their propriety can be seen by inspection, shall. be accompanied by a complete itemization of cost including labor, materials, and Subcontracts. Labor and materials shall be itemized in a. manner 41 acceptable to t:he Engineer. Where major cost: items are Subcontracts, they shall be itemized also. Document each proposal for a change in. cost or time with sufficient data to support computations, including the following: a. Include list of quantities of Products, labor, and equipment required or eliminated and unit costs, with total. amount of purchases and credits to be made. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 01250 Contract Modification. Procedures ()12ti0-1 fanuary 2025 City of Fayetteville, Arkansas Ilayettevil e Transfer Station Improvements Metal Pusli Wall and Chute Replacement SEA"T0 01251i- �',0NTRACT N,I,O aIFIC'- TIO'� I RO(,-,'ED17 ES (confir�a ed) c. Indicate amounts for insurance and bonds. d. Indicate amounts for Contractor's overhead and profit. e. Include justification for any change in Contract Time. f Include credit for deletions from Contract, similarity documented. g. Include an updated Contractor's Construction Schedule that indi,� effect of the change, including, but not limited to, changes i ty duration, start and finish times, and activity relat` nship. (1) Use available total float before =sting an e. ns n of the Contract Time. 4. On Owner's approva. oposal req s , ineer w is Change Orders for signatures by Own. Contras a ovi.ded ` CI.. NfFNT 00700 GENERAL C O I'1'l NS. a. Upon ex ZT"of a g rder, ' n • or shall promptly revise Const o (•ogress "c le and S e of Values accordingly. 1.04 WORK CHANGE DI I s A. As Betel the Ci s sh and ng D' the case of a change require test e P a.nd;o ity in ealth, safety and fiscal re, o . `bi ty, and ,11 .. such a trf f p . de the normal Change O e iffc Lion process, the caner m tiate a. Work Change Directive, Sig d by- ON ate En i c iding d descriptions of changes, and identifyin. f!Nfor det ng any cl v n. Contract Price or Contract Time, instructing C actor t oce` Nk th a in the Work, for subsequent inclusion in a ('h girder. The V , Order tfve may be limited based upon tundi.n.g y the:i cal. 1. Contra call pro fly ecute the change. nge Q' , shall be issues} on Owner's standard fon-n. Cont hall ma` tai ailed records for changes in the Work performed on a tame ai. ma basis. Submit: an it:efnized account and supporting data necessary to substantiate cost and time adjustments to the Contract. ngi.neer will. issue Change Order CONT)ITIONS. l.pon. execution. of a subsequent Change Order, Contractor shall promptly revise Construction Progress Schedule and Schedule of Values for signatures by Owner and Contractor as provided in DOCU:VITNT 00700 — GENER.AL. accordingly. 10\ N PAR 12 — PRODUCTS S - Not Al2 lira ble PART 3 — EXECUTION - of A1212licable END OF SECTION 01250 01250 Contract Modification. Procedures 01255%0-2 ;fanuary 2025 City of Fayetteville, Arkansas Ilayettevil e Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 01270 — I_ NJT P 1C'F S I= 10�lwffm:J 1.01 SUNIN-IARY A. Section Includes: Submission procedures. 2. Changes of Contract Sutn.. 3. Description of Lnit Prices. B. Related Sections: L DOCUTMENI' 00400— ='OR11,1. 2. DOCL-1VIENT " AGREE 7i 3. DOCUX i 0 00 G COI i S. 1.02 SLTB'\ITS SION PRO A. Submit ices f' won materia t i on t o idding fornn. 1. ch Unit Pric all ap t id f`o a ddition - etions. 1.03 CHANGES i=',{ CONE C'1NSL , 1 W1 " ej A. l_""nit ice .1. const` e fu comp . or credit, as the case may be, for the coml? Y provision, is ion, , Ration of each itean listed in this Section 1 s o ely o* 'o in pike, ` uding all necessary labor, product, tools, equ ent, tra Mon, setixicc and incidentals, appurtenances, and connections apel qutred to e the W n place, and including insurance, overhead, profit and The L n -ices su Hitt through the City's online bidding platform will apply to th iet change on any -en change to the scope of Work. C. Prices accepted by the Owner and Contractor shall be identified in the Owner- 'ontractor Agreement. 3. Contractor shall take measurements and eotn.pute quantities for which Unit Price items are applicable. 41\ N l.. Engineer will verify measurements and quantities. a. Contractor shall assist Engineer by providing necessary equipment, workers, and survey personnel as the Engineer requires. 2. Final payment for Work governed by Unit Prices will be made on the basis of the actual measurements and quantities accepted by the Engineer 01270 Unit Prices 01.270-1 ;fanuary 202'S City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 01270 - I-NJT P I�'ES (continu d) multiplied by the Unit :Prise for Work which is incorporated in or made necessary by the Work. 3. Payment will not be made for any of the following: a. Products wasted or disposed of in a manner unacceptable to Engineej.6 b. Products which Engineer deten-nines as unacceptable before installation. c. Product not. completely unloaded from the ° nspoitmor evorl�-.' d. Products installed beyond the lines in of the r ir c. Products not. inst, 3er comp f W rk. f Loading, I an dispo in ejected 1.04 DESCRIPTION OF UNIT P Measurement and Pay f it speci ] s shall b ecif d in SECTION 01271, 1�•1E�SI-JRE1��iEN'I' :� - : < i=U1F,N`I'. � IIAR1:' 2 - PRODUCTS - NIT- PARTlical3 3 - IE;XECI TT - . of ADOicable IE D F S CTION41\ N 01270 Unit :Prises 01.270-2 ;fanuary 202'S City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01271— MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 SUMMARY A. This section includes delineation of measurement and payment criteria applicable unit price work whether the unit price items are part of a unit price contract ot a b, part of a Stipulated Price contrast. B. Defect assessment and non-payment for rejected work. 1.02 AUTHORITY A. Measurement methods are d d for each al bid it er this section. B. The Engineer will take®al easurements a pute q s accordingly. C. Contractor shall asl s provid cessary q ent, workers, and survey personnel as req 1.03 UNIT QUANTITI IFIED 6 A. Quant' a meas is indic a Bid Fo e for bidding and contract p nly. Quanta s and u en ts s ied or placed in the Work and ver' ied by th giner shall pay B. If the actual rk requires re or fe ntities than those quantities indicated, provi th0'required q tmfiities at the es contracted. 1.04 MEAS NT OFF TIES At easur Weil measured by weight will use specified standard and o is u se specified in this section for an individual item. surement by Vo : Unless herein noted differently, volume shall be measured bic dimension using mean length, width and height or thickness with survey steel tape, approved distance meter, or by use of Total Surveying Stations and ngineering Software, as approved by Engineer. Measurement by Area: Unless herein noted differently, area shall be measured by square dimension using mean length and width or radius, with survey chain, steel tape, approved distance meter, or by use of Total Surveying Stations and Engineering Software, as approved by Engineer. D. Linear Measurement: Unless herein noted differently, linear measurements shall be measured at the item centerline or mean chord, with survey chain, steel tape, approved distance meter, or by use of Total Surveying Stations and Engineering Software, as approved by Engineer. 0 1271 -Measurement and Payment 01271-1 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01271— MEASUREMENT AND PAYMENT (continued) E. Stipulated Price Measurement: Items measured by weight, volume, area, or linear means or combination, as appropriate, as a completed item or unit of the Work. 1.05 PAYMENT A. Payment Includes: Except as modified herein, payment shall be full compensate all required labor, products, tools, equipment, plant, transportation, serv' incidentals; erection, application or installation of an item of the Work; ov 1Z, d profit. B. Final payment for Work governed by unit prices b made on th asis of the actual measurements and quantities accepted by a gineer m ied by the unit price for Work which is inco o in or ma sary by rk. 1.06 DEFECT ASSESSMENT A. Replace the Wor o ortion e Wor t conforming to specified requirements. B. If, in the o f the E , it is no cal to ® d replace the Work, the En ' ill dir ' 'lowing r d . 1. e defective work wil a aired to nstructions of the Engineer, and the u riccwill be s a ne at the discretion of the Engineer. C. The authori the En 'neer assess t ect and identify payment adjustment is AOW final. V &N to 1.07 NON -PA T FO ED PR 11* S At yment 1 e maul o of the following: 1. ucts w ted isposed of in a manner that is not acceptable. 2. oducts det ed as unacceptable before or after placement. Products not completely unloaded from the transporting vehicle. Products placed beyond the lines, levels or boundaries of the required Work. 5. Products remaining on hand after completion of the Work. 6. Loading, hauling and disposing of rejected Products. 7. Work performed beyond the specified limits unless authorized by the Engineer. 0 1271 -Measurement and Payment 01271-2 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01271— MEASUREMENT AND PAYMENT (continued) 1.08 BID ITEMS 1. General Conditions Payment for the above item will be paid for at the lump sum (LS) price bid. This itern includes full compensation for the Performance and Payment bond required by the Contract, and any other items required by the General Conditions or Sup tal Conditions. 2. Mobilization Payment for the above item will be paid for a sum rice bid. The payment shall cover mobili o equired to t the pi a shown on the Plans and stated in the Speci f s. Thi eludes full c pensation for the mobilization required by e Co tract, in all m a1 equipment and labor costs. Mobilization a n ceed 5 e total nt (not including bonds and insurance and tr excav o a ety). 3. OSHA Trene Payment r abov i be pai a the (LS) price bid. This item full mp tion fo th SHA n Safety required by the contra awar ontrac ntractsha ubmit to the Owner a cost br fo e work involved lump su 'ce bid for OSHA Trench Safety Sys anb1flaNAM each laer' die paym est, submit a certification by the "competson" as def e ® in 29 26.650(b) that the Contractor has con 'edthe pr visions of the Standard for Excavation and Trench Safe, tems&tlwner 29 CPR, 1926 Sub for work for which payment is requested. r paymibe mad ortion to the amount of work accomplished, as rmined, ndbe full compensation for trench and excavation ® fety, inV mat i bor, and incidentals necessary to perform the work. Dem xist' g etal Push Wall P ent for the abo a item will be paid for at the lump sum (LS) price bid. ents shall be full compensation for the complete demolition of the existing rth Metal Push Wall as shown on the Plans and stated in the Specifications neluding traffic control, hauling, disposal costs, and all materials, equipment, tools, labor, and incidentals necessary to complete the work. 5. Demolish the Existing South Metal Push Wall Payment for the above item will be paid for at the lump sum (LS) price bid. Payments shall be full compensation for the complete demolition of the existing South Metal Push Wall as shown on the Plans and stated in the Specifications including traffic control, hauling, disposal costs, and all materials, equipment, tools, labor, and incidentals necessary to complete the work. 0 1271 -Measurement and Payment 01271-3 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01271— MEASUREMENT AND PAYMENT (continued) 6. Demolish the Existing Metal Chute Located Along the Interior East Wall of the Waste Pit Payment for the above item will be paid for at the lump sum (LS) price bid. Payments shall be full compensation for the complete demolition of the existi Metal Chute located along the interior east wall of the Waste Pit as shown oa e Plans and stated in the Specifications including traffic control, hauling, di costs, and all materials, equipment, tools, labor, and incidentals neces to complete the work. 7. Demolish Existing Handrail Payment for the above item vill e paid for at 0e bid f&inear foot (LF) measured as removed as s um n the d stateSpecifications. Payments shall be full cotnpen ion for linear f e existing handrail removed including ha . disposal c all ma s equipment, tools, labor, and incidentals neces$ar • to COmpl ork. 8. Demolish Existir Nder Payment above ip ill be pail at the sum (LS) price bid. Pa ym be 1 compensation fo e complete- olition of the existing I ad s h n on e Plans an stated in the Sp cations including hauling, di sts, and all materials, ent, tool , or, and incidentals necessary to eo lete the 9. Construct rth Me \PusWall P I or thg tem V i id for at the lump sum (LS) price bid. y is shalU ompens r the fabrication and installation of the North Me Push shown A the lans and stated in the Specifications including ® ffic co dwarp,htive anchors, field welding, painting, and all materials, equi a s, la 1 mcitlentals necessary to complete the work. Ccd1struc the South Push Wall Paa ent for the above item will be paid for at the lump sum (LS) price bid. ments shall be full compensation for the fabrication and installation of the South Metal Push Wall as shown on the Plans and stated in the Specifications including traffic control, hardware, adhesive anchors, field welding, painting, and all materials, equipment, tools, labor, and incidentals necessary to complete the work. 11. Construct the Metal Chute Located Along the Interior East Wall of the Waste Pit Payment for the above item will be paid for at the lump sum (LS) price bid. Payments shall be full compensation for the fabrication and installation of the Metal Chute located along the interior east wall of the Waste Pit as shown on the Plans and stated in the Specifications including traffic control, hardware, adhesive anchors, 0 1271 -Measurement and Payment 01271-4 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01271— MEASUREMENT AND PAYMENT (continued) field welding, painting, and all materials, equipment, tools, labor, and incidentals necessary to complete the work. 12. Armor the Existing Elevated Concrete Beam, Located at the North End of the Waste Pit, With Mild Steel Plate Payment for the above item will be paid for at the lump sum (LS) p is Payments shall be full compensation for the fabrication and installation of 1 steel plate armor installed on the existing elevated concreteam at th of the Waste Pit as shown on the Plans and stated in he pecifi io uding hardware, adhesive anchors, painting, and all materi uipment, t s, labor, and incidentals necessary to complete the work. 13. Armor the Existing Elevated qXte Bea ed at t End of the Waste Pit, With Mild Steel Plate Payment for the ab will a for a e ump sum (LS) price bid. Payments shall b 1 mpens the fa io and installation of the mild steel plate armor s led on mg el heretetearn at the south end of the Waste P' own a lans a e in th cifications including hardware a ive rs paintin , terials, u t, tools, labor, and incide essa o c ete the r 14. In in Handrail Payment r e a ove ite&'ll e paid a price bid for linear foot (LF) of aluminum h ail measured as fabricAirod installed as shown on the Plans and stated Specific n Pavmen be full compensation for the fabrication ation o ' the aluminumn rail, including adhesive anchors and all equ ent to r, and incid necessary to complete the work. 3Jftstall Ladde Paym f the ab ve i will be paid for at the price bid for vertical foot (VF) of allhinum ladder in ed as fabricated and installed as shown on the Plans and OAN in the Specifications. Payment shall be full compensation for the fabrication installation of the aluminum ladder, including adhesive anchors and all !�quipment, tools, labor, and incidentals necessary to complete the work. Install Force Main and Emergency Pump Connection Payment for the above item will be paid for at the lump sum (LS) bid price. Payment shall be full compensation for the complete construction of the force main and emergency pump connection as shown on the Plans and stated in the Specifications including trenching, bedding, backfill, ductile iron pipe, PVC pipe, ductile iron fittings, valves, pipe supports, tracer wire, tracer wire junction boxes, appurtenances and all materials, equipment, tools, labor, and incidentals necessary to complete the work. 0 1271 -Measurement and Payment 01271-5 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01271— MEASUREMENT AND PAYMENT (continued) 17. Remove and Replace 6" Gravel Paving Payment for the above item will be paid for at the lump sum (LS) bid price. Payment shall be full compensation for the complete removal and replacement of gravel paving as shown on the Plans and stated in the Specifications including excavatio disposal of all excavated material, Class 7 Base, and all materials, equipment, labor, and incidentals necessary to complete the work. 18. Remove and Replace 8" Concrete Paving Payment for the above item will be paid for at the 1 u (LS) bid p e. Payment shall be full compensation for -the complete m va and r lagSwrit of concrete paving as shown on the Plan ted in the cations ' u ' g demolition of the existing pavement, traffic ol, exe a* , dispos o excavated material, reinforcing steel, coar4e in fill, ov si ck, ge e membrane, concrete, and all materials, eq ' tools 1 0 , d incid cessary to complete the work. 19. Site Restorati .,NU '6,0 Paym abov i 1 be paid the lump stu LS) bid price. Payment shall be mpens io or the s' roratio as shown on the Plans and stated in th c;i ications inclu mg top lid sod, all materials, equipment, tools, lab , and inci talwnecessa lete t 20. Waste Trans it Elec ical provem s uding Protective Concrete Wall P r theab wil b r at the lump sum (LS) bid price. Payment s a full comp ion for r acement of the existing electrical conduits in the aste T it including the protective concrete wall as shown on the Plans ® and state pecifi i including demolition, conduit, wire, junction boxes, brac rcingofte , con ete, and all materials, equipment, tools, labor, and incide 1 ecessary to complete the work. There shall be ate payment for all other labor, equipment, materials, incidentals, tools, appurtenances, it and not specifically listed in the Bid Form work required for a complete installation acceptable to the City of Fayetteville. 1.09 ' _ UCTIVE ALTERNATIVES ducti-vc Alternatives may be considered and selected by the Owner without invalidating the remainder of the Base Bid. The Owner reserves the right to select any, all, or none of the Deductive Alternatives. The Deductive Alternates, if selected by the City, will be taken in order starting with A, then B, and then C. The Bidder shall insert Deductive Bid Prices for all three (3) Deductive Alternatives in the electronic bid form. 0 1271 -Measurement and Payment 01271-6 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01271— MEASUREMENT AND PAYMENT (continued) A. Deductive Alternate A For the deletion of the 6" Force Main including the pump connection, removal and replacement of the gravel paving, and associated site restoration (Bid Items 16, 17, and 19). B. Deductive Alternate B For the deletion of the removal and replacement of the concrete site loving (Bi ). C. Deductive Alternate C For the deletion of the Waste Tra t Electric ovem ding Protective Concrete Wall (Bid Item 20). PART 2 — PRODUCTS - Not A licab PART 3 — EXECUTION - Not A c E CTIO 2 it>� 01 0 12 71 -Measurement and Payment 01271-7 January 2025 yet City of Fayetteville, Arkansas Ilayettevil e Transfer Station Improvements Metal Pmli Wall and Cliute Replacement r P,,kR I' l - (g INERAL 1.01 SLTX'1N1 'kRY A. Section. Includes: I. Schedule of values. 2. applications for payment. B. Related Sections: e)Q IYII 1.02 APPLICATION :FOR PA.Y:N4 NI' � A. Comply with. Arkansas Code § 401. PQN Title 22 Publ ` 4 Z Chapter 9 I't li 11%orks Subeb, 1 Genera ions A. 2-9-10 5 -ation tered als required. B. Form me nt E 290 I supportc� b ocurne, 0.02 or other approved f 1. Owne N lhovid C' f nc f an el copy of Documents 01290.01 a 90.02. C. Paym t riod: As s ci d under I " ; 1FNT 00700 — GF'tiI: -ZAL NS aVti e D. Prel ation o - a.tions. ecluirea ` rn tion in typewritten. form. 2. cute ap `cat n by signature of authorized officer of Contractor's firm. Indicate dollar value in each column of each line itein for portion of Work completed through the last clay of the applicationperiod, anal for products properly stored in accordance with. the Contract Documefl.ts through the last day of the previous application period. 4. Round off dollar values to nearest dollar. 41\ N 5. Complete every entry on form. 6. Indicate each authorized Change Order as separate items on continuation sheet. a. List by appropriate Change Order Number. 01290-Payment procedures 01.290-1 ;fanuary 202 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 01290 — P. )"ME•NT PROC`ED17�IES (cmitirx ed) is b. Indicate dollar value breakdown of each Change Order by each applicable Project. Manual Section. E. Submittal Procedure: 1. Comply with DOCUMENT 00700 - GENERA- L, CONDITIONS Article 14. (t� 2. Submit 1. copy of each Applicationfor Payment. 3. Submit an updated Construction Progress Schedule with each l for Payment. 4. Submit waivers of mechanics liens fronj C or, Subs ;,,t4ract Z. sub - subcontractors, and X1, 'nl. and Equi ppliers tints certified by Engineer for cons ti period b pre �-' �lleation for payment. a. Submit o ccep o Iner. 5. Substan f eta: a. C wttei ineer raga' bstan.tik' i... rmation. to support n ractoph"AL01tion for yt nt, su 1 justifying dollar ounts vhic are aft qu -Y n. n— vide 1 copy of d cover h ei ` r each copy of Application for i. Ind' me a lication m r and elate. (2) ach it- �tti ' ion by continuation sheet identification. 6. Submit ation fo fins. aytn.ent in accordance with. DOCUN114'XI' 0 7 ,Nl NDITIONS Article 1-4. Mini rove — Ci ayettevi.11e. 1-. . rash and R ing Manager or Director. Trash and Recycling Superintendent or his representative. FTCTS - -No$ A _ lig!ble UTION - Not ADDlicabl FIND OF SF: —rIO.N 01290 01290 Payment Procedures 1290- 2 ;fanuary 202 APPLICATION FOR PAYMENT in W Bid 25-31, CONSTRLIRION REBID Fayettwille Tra mi Satlan lmpracu mane Meal Push Wall and Cl Replacement CITY or FAYETTEVILLE ARKANSAS . Application Number Contractor. Application for Work Accomplished Through ll Original Contract Pice Net Change byChange Orders t an Current Contract Price (1+2) Completed Work [4]$ Stored M aterial [5$ Total Completed tl St o ate J Previous P $ P R to Long Amount I h Application Coln (B � A Less Rebounded ThlsApplica i The Wtlersl Lbntrastor codifies that (1) all previous progress payments received from Owner on of Work done under me Contract referred rd above have been aPPlletl on punt barge Contractors legitimate obligations incurred In connection win Work II prior Applications for Payment (2) title of all VWrk, materials and equipment tl Intosaid Work or purchase listed In or covered by this Application for Payment will s Owner at time of payment free and clear of all Liens, securry Interests and one a bnces (except such a ered by a Bond acceptable toOwner indemnifying Ome r against any such fiery s culiry Interest or encumbrance) (3) all Work covered by this Application for Payment Is in accordance with the Contract Documents and not detective, and (4) all labor standards contract requirements have been complied with by Contractor and by each subcontractor employing mechanics or laborers dome site of the work. 012900I Av,1,,too 6e Poym,m 0129001-1 Iewarg2025 Dated: By: STATE OF ) COUNTY OF ) Subscribed and Sworn to My commission expires: CONTRACTOR before me this qday of 0 ublic OWNER's Certification for Pa m In accordance with the Co Docu based -site Ask, ons and the data comprising this applicati the O er'� representative certify that to the best of their knowledge, information an elief the or has progressed as indicated, the quality of the Work is in accordance wit I ntr ct Documents, Contradw is entitled to payment of the AMOUNT CERTIFIE AMOUNT CERTIFIED.. .4101 .................. .... ............. . ........... $ (Attach explanation if ount c ifie= iffers fro amount applied for. Initial all figures on this Application d the Schedule of Val' es fat are changed to conform to the amount certified.) OWN ER's oval Cj By: Date: Trash and R g Manager Date: and Recycling Superintendent 01290.01 Application for Payment 01290.01-2 January 2025 CITY OF FAYETTEVILLE ARKANSAS CONTRACTOR DATE OF ISSUANCE CERTIFICATE OF SUBSTANTIAL COMPLETION Contract Number: 25-31, Construction Rebid Contract Title: FAYETTEVILLE TRANSFER STATION IMPROVEMENTS — METAL PUSH WALL AND CHUTE REPLACEMENT PROJECT OR DESIGNATED PORTION SHALL INCLUDE: ���, c �� The Work performed under this Contracthas been review and found, to thk EOi; i" s be ,dCg`e, information and belief, to be substantially complete. Substantial on is the sINthe prog a Work when the Work or designated portion thereof is sufficiently co p1 accord < h the Co D currents so the Owner can occupy or utilize the Work for its intende e. date of to mall comp tl&Prcject or portion thereof designated above is hereby established as which is also the date of commencement of applicable warranties y the CC&ftt ocumer#r> pt as Mated below: A list of items to be complete }}}������...,,,,,,eee������ ected i attac ereto. T e to in items on such list does not alter the responsibility o e „„„`ac r to co all Wor �rdance ith t ontract Documents. ENGINEER 'BY � DATE The Contractor will co e�6r b� ect o on the %n`Vttaacched hereto within days from the abov date bstanttiia� eehon. Aft♦► w/]► CONTRA �/ v Y DATE The Owner accepk 1&r or designated portion thereof as substantially complete and will assume full possession thereof at (time) on (date). ;W PRESENTATIVE BY DATE 01290.12-Substantial Completion 01290.12 - 1 January 2025 �' CITY OF FAYETTEVILLE ARKANSAS STATE OF COUNTY OF The Undersigned CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT Contract Number: 25-31, Construction Rebid Contract Title: Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement )SS age, being first duly sworn, states under oath as follows: 1. I am the (Title) contractor for the City on Contract N Improvements 2. All payrolls, material bills, use of e �hnii►ent a have been paid and all claims of r natu 3. Contractor certifies that eac ub ontrac the Contract. A 4. This affidavit is male alf j�the Conti Arkansas, the certifica on often l nl f the By (Signature) Title On this 11111L who is the general qjo\, Netteville Transfer Station wit6theWork for this Contract ont act lye work in connection with from the City of Fayetteville, therefore. before me to me personally known to be the .Ned the foregoing instrument and acknowledged that (s)he executed the same on behalf of as its free act and deed. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal on the day and year first above written. My commission expires: Notary Public 01290.14-Contractor Affidavit for Final Payment 01290.14 - 1 January 2025 V' CITY OF FAYETTEVILLE ARKANSAS STATE OF COUNTY OF The Undersigned, states under oath as follows: 1. I am the SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT Contract Number: 25-31, Construction Rebid Contract Title: Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement (Name) )SS (Tide) (Contractor) to , general contractor on Fayetteville (Name of Contractor) ��_ (C 2. All payrolls, material bills, use of equipment and paid and all claims of whatever nature have beer) 3. A total of $ has bee �,�� performed in connection with the c t t. 4. This affidavit is made on f the ntr certification of completii f j ect anec SUBCONTRACTOR By (Signature) Tide A♦`rO On this V appeared of lawful age, being first duty S"x6 Abe' this proj ect have been / scope of work) Arkansas, the before me to me personally known to be the and who execute going instrument and acknowledged that (s)he executed the same on behalf of the as its free act and deed. I �IVNHEREOF, I have hereunto set my hand and affixed my official seal on the day and year first above written. My `mmission expires: Notary Public 01290.15-Subcontractor Affidavit for 01290.15 - 1 January 2025 Final Payment City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Chute Replacement PART 1 - C- NER,�' L 1.01 Summary: This Section includes the following administrative and proeed«ral requirements: A. Project Meetings: 1. Preconstruction conference. 2. Progress meetings. P. Schedules and Reports: 1. Comply with GENER-'�L, CONDITI0INII,5 C. Related Work Specified ElseN re 1.. For Schedules :' ' " " ON 013 1..02 PROJECT 1 /H-,. TINGS: Preeonstructi erence: A. 1. 1 in er wil n ic a meeti Nv in 60 the Effective Date of �reem ft, t review i s fated in ie oflowing agenda and to ablfsh a ......i.ng u er, ding we the parties as to their rea tio Yhips during %pe ce of the 70 2. truction. c�b on. ce shall. b ed by: Va,' C:ontracto n lis superi , ent. b. l Od Resid ect Represefitative if any. c entati e Owner. e� ]- r . fo..., representatives of principal. Subcontractors anal Sunnli Meeting Agenda: Construction. schedules. b. Critical Work. sequencing. c. Designation of responsible personnel.. d. Project coordination. e. Procedures and :Processing of: (1) Field decisions. (2} Substitutions. 01320-Project Meetings, Schedules, and Reports 01.320-1 Ianuary 202 (9) Field Orders. (10) Work Ch an f Procedures 4 g. rn o ceatrr qkmaintaimg b T cr>cffwnicr=r o" M. MaNwiments fortartup U City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Cliute Replacement SECTION 01320 — PIIO,JFC T 'NIEET'IN(-asa S€'HEDITI,ES:AND REPORTS (continued) (3) Submittals. ( f} Change Orders. (5) :applications for Payn.i.en.t. (Ci} Proposal.Requests. (7) Contract. Closeout.. Ao 8 Requests for Interpretation. S10%, — of equipment. of equipment put into service during o. Distribution. of Contract Documetrts Location of Meeting: At or near the Project Site. Reporting: a. Within 7 working days after the meeting, Engineer will prepare and distribute minutes of the meeting to Owner and Contractor. b. Contractor shall provide copies to Subcontractors and major Suppliers. B. Progress Meetings: 1. Engineer shall schedule and conductmonthly meetings, or at other intervals as requested by Owner. Representatives of the Engineer., Resident Project Representative, and Contractor shall be present at each meeting. With 01320-Project :kleetings, Schedules, and Reports 01.320-2 1anuary 202 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Cliute Replacement SECTION 01320 — PIIO,JFC T 'NIEETINCaSa SC'HEDITI,ES AND REPORTS (continued) In.gineer's concurrence, Contractor may request attendance by representatives of Subcontractors, Suppliers, or other entities concerned with current program. or involved with planning, coordination, or performance of future activities. All participants in the meeting shall be familiar with the Project and authorized to conclude matters relating to the Work. a. Contractor and each. Subcontractor represented shall. be pre a discuss the current construction progress report and any ant. * a Y future changes to the schedule. A q7j, 2. Location of Meetings: Att or near Project Sit 3. Reporting:0 a. Within 7 working ffer eac�VQNng, Eng e , all prepare and distribute i�a.inL es o. e meetf honer tractor. b. Contrac r distrib' fes to pri a.. Subcontractors and Supp P>1.RT 2 — PRODUCTS - €�t i ble � P,kia 3 — EXECUTION plicac. NI, N-)) 0, 01320-Project Meetings, Schedules, and Reports 01.320-3 1anuary 202 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 01320 — PROJECT 7iIEET'IN(-aSa S€'HEDITI,ES AND REPORTS (continued) 01320-Project :Meetings, Schedules, and Reports 01.320-4 1anuary 202 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 01321— SCHEDULE P T 1 - GENERAL 1.01 SLRNIlMARY A. This Section includes procedural requirements for preparation, submittal, and updati of Contractor's construction progress schedules. B. Related Work: 1. Documents affecting work. of this Section ' e, but are 7ited to: General Conditions, Supplementary Condi .nd Sect.i s R11ivision 1 of these Specifications. 2. Section 01290 PaYme ocedur 3. Section 013 cet V'Iclet , edules poftS. 1.02 FQRNIA—T A. Prepare Sche c as eithe, t chart eparate N or ach major portion of Work or er ion, id 7 ffst wo lay of eac. r a Critical :Path Method (CPI- ) ss sche ule. P. Se n e f L tings: The chro al order t i start of each item of Work. C. Scale and g: To prop e ace for n s and revisions. D. Sheet Minimum u 'ples of 8- 1 inches. 1.03 CO\TE 'T fow co que%c nstruction by activity, with dates for beginning and �ofnp o ach f onstruction. The schedule shall clearly indicate the segue e constr ctio r the various items thatinvolve either existing and/or p n.tia y relocate fes. This schedule shall have the least negative impact on. the =nt property owners and provide an orderly sequence that will produce the least ptive action for utilities and their customers. Identify- work. of separate stages and other logically grouped activities. Provide sub -schedules to defi.n.e critical portions of the entire Schedule. D. Show accumulated percentage of completion of each. item, and total. percentage of Work completed, as of the cut-off (late for each monthly pay'estimate. 01321-Schedule 01. 321-1 .1anuary 2 02 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 01321 — SC,IIED13 :.,E (continued) 1.04 S1JBi\,lF1'T ALS A. Submit a finalized construction progress schedule within fifteen. (15) days after elate of Notice of Award or at least seven (7) days prior to the pre -construction conference, whichever occurs first. After review, resubmit required revised data within ten days. B. Submit monthly revisions with. each pay estimate in the number of�V�ty i reproductions that Engineer requires, plus two copies, which will be r Engineer. 1.05 REVISIONSTO SC:IIE:DliI_.IS A. Indicate progress of each act date of siu and p completion elate of each activity.19, B. Identify activities mo nce pr'vi s mittal, anges in scope, and other identifiable changes. C.1'rovi.de nclarra ` ort to r4obleirr a ticipat delays, and impact on. Schedule. r °orrecti ° .' n taken, used, a s 'ect. 1.06 DISTRIBUTI, Cy A. Di: e °op` °s of reviewed S to prof °t s , file, Subcontractors, suppliers, and ther c dljktrtieL 13. Instruct re,` ` is to pr tly. . eport, ` i g, problems anticipated by projections indic, Schedule . PART2 — PROIRTCQ^otA "c PART 3 — X )ION - icablc* cx%'% copoi� r § 01321-Schedule 0 132 1-2 7ar111-ary 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Cliute Replacement SECTION 01.420—I)EF'INIT'IONS ,AND STANl)ARM PA,RT I - GENERAL A. Definitions: 1. Basis contract definitions used in the Contract Documents are defined GENERAL CONDITIONS. Definitions and explanations are not nec sa ' ✓ either complete or exclusive, but are general. for the Fork. ej 2. General. Requirements are the provisions ortfti.rements SIGN I Sections, and which apply to the entire Wo ie Contra. •t. B. Related Information Specifi where: S ion stan c nd associations applicable to the Work. are spe in each ec 1.02 SPECIFICATION FOR_' -LA UNT .1NA A. Specification For c, Spec' s are o G into two (2) major divisions of (-,ON'I'RAC` ` C-, MEN'' 7 ' `I C"IINI PI C'II 'A'I'I:C)NS. I3. tent: s Sped_ ti s apply i conybitio"Isi. ie use of language and the ed meaning of terns,. and phrases when used in is siations r taree conventions are explained as �Ilerativ Streamlin age: These Specifications are written. in i�lip and ab l form. This imperative language; of the to " ctions i, r. • ed at the Contractor, unless specifically noted o c Incon lete . entences shall be completed by inserting "shall," 'ontialc I," and "shall be," and similar mandatory phrases by rene s, e manner as they are applied to notes on the Dra4vii s. c words "shall be" shall be supplied by inference where a colon. (: ` sed within sentences or phrases. Except as worded to the contrary, fulfill (perform) all indicated requirements whether stated imperatively or otherwise. b. Specif}-ing N•lethods: The techniques or methods of specifying requirements varies throughout text., and may include "prescriptive,"" "com.pl.i.ance with standards," "performance," `proprietary," or a combination of these. The method used for specifying one unit. of Work has no bearing on requirements for another unit. of Work. c. Overlapping and Conflicting Requirements: 'Miere compliance with two or more industry standards or sets of requiremetts is specified, and overlapping of those differentt standards or requirements establishes different or conflicting minimums or lei,-els of quality, notify Engineer for a decision. as specified in. GI NERAI... CONDITIONS. 01420-Delirutiaris and Standards 01420-1 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 01.420—I)FTINIT'IONS AND STANDARM (coiithiued) d. Abbreviations: 'I:1iroughout the Contract Documents are abbreviations implying words and meanings which. shall. be appropriately interpreted. Specific abbreviations have been established, principally for lengthy technical terminology and in conjunction with coordination of Specification requirements with notations on Drawings and in schedules. These are normally defined at first instance of use. Organizational l association names and titles of general standards are also abbrev` t C. Assignment of Specialists: In certain instances, Specification text e 1 at specific Work be assigned to specialists in the operat`ons 'fro be p o e . hese specialists shall be engaged for performance of those f . f Work, a assignments are requireftients over which Contractor has no,�ch c option. ese assignments shall not be eon.fiised with, a not in.te nterfer enforceln.en.t of building codes and similar r 1 ons gov 1 he ti1'o 1 trade and union jurisdictions. and sun.ila con ention.s. r. ; erthele a responsibility for fulffllmetit of Contra i• ients re All Co D. Trades: Except. t wise or in tc , the use of titles such as "carpentry"" in S -ation to ' les need e W k mustbe performed by an aeeredite ionized d , erson i spon4iti eerie name (such as "ca.lpent� ' , th• ec -Rd req ` e� s a isively to work by trades f that orre cling g e me. 1.03 DR -A. VIN O : A. Except as -i. i.ndica ra Alic syt se d on Drawings are those symbols recognize i.Ii. i.e consctio indust , r rposes indicated. Refer instances of once itto Engine -o larif`icati 0 \C47 1.04 INTD1U, STI rVtiDt '� tI'?�pplicab!'rOoetin' tandiept where the Contract. Documents include more trio etZcAqwle construction. industry standards have the same force feet as f b f or copied directly into the Contract Documents. Such stdar are made of the Contract. Documents by reference and are stated in C" Referenced standards, referenced directly in Contract Documents or by governing regulations, have precedence over nonreferenced standards which are recognized in industry for applicability to the Work.. 2. Where compliance with an. industry standard is required, standard in effect 41\ N shall be as stated in GENERAL RAL, C".ONDITI:ONS. 3. Where an applicable code or standard has been revised and reissued after the date of the Contract Documents and before performance of Work a.5ected, th.e Engineer will decide whether to issue a Change Order to proceed with the updated standard. 01420-Deifin tions and Standards 01420-2 7arivaiy 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Cliute Replacement SECTION 01.420—I)FTINITIONS ,AND STANDARDS (cmithmed) 4. In every instance the quantity or quality level. shown. or specified shall be the mi.n.i.mufn. to be provided or performed. The actual installation may comply exactly, within specified tolerances, with the minimum quantity or quality specified, or it may exceed that fn.in.i.fn.um within reasonable limits. In complying with these requirements, indicated numeric values are minima or maximum values, as noted, or appropriate for the context of t requirements. Refer instances of uncertainty to the Engineer for a before proceeding. t1v 5. Each entity engaged in construction on the Proieet is requir t b- ' miliar with. industry standards applicable to that t 's constfn on activity. Copies of applicable standards are not b�ou f the Co act ocuments. a. NNhere copies o n rds are for pc ' ce of a required construction a tivi ',ontract l obtai IN s directly from the publlcatf f� B. Abbreviations and fnn Y. Trade tion na s n titles of general standards are frequently a r ed. 4'h is i acrofa abbr nations are used in the Specification per Contr t cumel can fl cognized name of the trade a.sso tan dar ating o on, i a.ving jurisdiction, or other licabl o f ntext o .. t t pro ` t � � PART 2 — PRODUC��� "'��i�,n AnDlicable N \ PART 3 — EXECUTION - NdOlUplicable 46 04h�F SE ' I _ 14210 nx 01420-Deifirotions and Standards 01420-3 7arnlary 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 01.420—I)I+'.1'INI"I'1()NS ,kNI) STANDARDS (continued) 01420-Deilin tions and Standards 01420-4 7arniary 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Cliute Replacement SECTION 01530 — TEIIPOR.X I)B.'kk VIERS AND (-'ONTROI." Ilf�w� 1.01 SUNINL- RY A. Th.i.s Section. includes General Requirements for: 1-. Safety and protection of Work 2. Safety and protection of existing property 3. Barriers 4. Security 5. Environmental contfol 6. Access road 1 n.g area 7. Traffic co use of a Ys 8. Raih- ice 4,6 P. Related 'NII rk pecif ere: 0 1. porary L s and F f f SEE- iN - 60 PART 2 - PRODfT'T — Not A "Cade. Ig I".kR'1' 3 - EXECUTION ! N OW 3.01 ARKA CAI ...: -01% A. 1"lie '.ontrac be rest) sil�le for contacting Arkansas One Call. in order to terntin ation*o ilities ui all work areas relating to any, excavation perfo .n. the f . The City of Fayetteville shall. be responsible for con.tac i.� rkansa On Call. in order to determine the location. of all utilities in all w areas relating to y Excavation performed by the City of Fayetteville crews. 3.02 S.AMA PROTECTION OF WORK AN77 PROPERTY: General: e§� 1. Provide for the safety and protection of the Work as setforth in GENER-L CONDITIONS. Provide protection at all tunes against rain, wind, storms, 41\ N frost, freezing, condensation, or heat so as to maintain all Work. and Equipment and 'Materials free from injury or damage. At the end of each day, all. new Work likely to be datn.aged shall be appropriately protected. 2. Notify Engineer immediately at any time operations are stopped due to conditions which make itimpossible to continue operations safely or to obtain proper results. 1530 Temporary• :Barriers and Controls 01530-1 lanuary 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 01530 — TEIIPCiIIAR) BARRIER-S..- ND C'O Tl OLS (coon inued) Construct and maintain all necessary temporary drainage and do all pumping necessary to keep excavations, floors, pits, t.re-riches, manholes, and ducts free of water. B. Property Other than Owner"s: l.. Provide for the safety and protection of property as set forth in 1 GENERAL, CONTDITIONS. Report immediately to the owners the promptly repair damage to existing facilities resulting frotrr e otr Operations. m 2. Names and telephone n.utnbers of repres eT of ageticieNand utilities having jurisdiction ov- treets and util t`e. in e Wo an be obtained from Engineer for tl -i.es listed Conce n.cies or utilities shall be contacted, m m of 2 0 prior to 1 ming Work, closing streets and otk is areas, r -ating derground utilities or pole lines. a. Wat 1). P e comp 6 epho Electric e. Fire fUeratiqxl ves ppurtetianees on. existing utilities, wh.eti. requir e by or u re direct super,-ision of the owning utility. t ces a reached on private property, the owners thereof shall. acte n ements made to ensure proper protection of any ry stock o othe p operty thus exposed. The applicable requirements specified for protection of the Work shall also apply to the protection of existing property of others. Before acceptance of the Work by Owner, restore all property affected by Contractor"s operations to the original or better condition. 7. The Contractor shall take precautions and use care to avoid da.ma.ging, disturbing, or disrupting existing private facilities on. private or public property, i.e., fences, sprinkler facilities, shrubs, landscaping, etc. The Contractor shall restore, to the City of Fayetwx ille's satisfaction, any property damaged by the Contractor, at the Contractor's expense. 01530-Temporary .13ur:iers and Controls 01530-2 ;fanuary 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 01530 — TEIIPtillAR) B_�k IIIFIIS AND CONTROLS (con inued) 3.03 �IGNA.Ci1", XIND BARRIFRS: A. General.: l.. F'Lll-nish, i.n.stal.l., anal maintain suitable barriers as required to prevent pllbl . entry, protect the public, and to protect. the Work, existing facilities, �e , and plants from construction operations. Remove when no longer n -e Y at completion of Work. �Q 2. Materials may be new or used, suitable for the intendtd purp Z911 not violate requirements of applicable codes standards gulatoly agencies. 91 + 0 3. Barriers shall. be of T. and reaso uniform We, structurally adequate for the re uir rposes. I X: 4. Maintain baf ' - f od rep ° ' clean c for adequate visibility. Relocate bar e require rogress o' r . 5. Repair a -Y cause tallatio tore ea to original or batcr condi -:lean. t a. 6. ntrac r is onsible ' ignin., r icading and will comply w h osc p of th ansas Njanua. Uniform Traffic Control vic -4 for Streets and s" whi , ta.in to construction. B. Trcc and Pr cctlon:ej 1. e and p A existing plants at. the Site which are designated remain. a se adjace 2. Provid rar_v ba Ti . around each, or around each group of trees and r ' or specified otherwise, construct. to a. height of 6 feet ght to adequately protect plants. C sult ��-i En 'neer and remove agreed -on roots and branches which will 111te rfEre tik'i nstructiolt. Employ qualified tree surgeon to remove and to treat cuts. Site. Protect root zones of trees and plants as follows: a. Do not allow vehicular traffic or parking. b. Do not store materials or products. c. Prevent. dumping of refuse or chemically injurious materials or liquids. d. Prevent puddling or continuous running water. 5. Carefully supervise excavating, grading and filling, and subsequent constriction operations to prevent damage. 01530-Temporary Barriers and Controls 01530-3 1anuary 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 01530 — TEIIPOR XR)I1AIIIIIER.S -1ND CONTROLS OLS (continued) Remove and replace, or suitably repair, trees and plants which are damaged or destroyed due to construction operations, and which were designated to remain. :3.04 1?NVIRONU11=;NfAI, CONTROLS: A. Noise Control: City of Fayetteville Ordinances and OSHA requirements ,, ° adhered to for this contract. B. Dust Control: 1. Provide positive methods and apply du.' t 1 materials tti.in.i.tn.ize raising dust from consimiction operatioti , fn to pre - orne dust from dispersing into the at. 're. 2. Clean interior spates p for to t of ainting and continue cleaning on -n a ed )asiajft ainting . Schedule offs so lst and ontatninants resulting from cleanif o ss will n we -costa urfaces. C. Water and Contro f. I'f e met ds control ice wat to Ynt damage to the Project, Site, or adjo fng pro e 2. Pl an xeute ion and ork. by methods to control surface (Ii from cut,, -ills, a )orrow and waste disposal areas, to pap erosio sedume,�fnt• Hold t. a as of b xposed at one time to a minimum. b. � emporar control measures such as berms, dikes, and drains. fill cl ditching to direct. surface drainage away from x �,-ation., pits inels, and other construction areas; and to direct drainage proper raa Provide, operate, and maintain hydraulic equipment of adequate capacity to control surface and groundwater. 5. Dispose of drainage water in a manner to prevent flooding, erosion, or other datn.age to any portion of the Site or to adjoining areas. 6. Provide temporary drainage where the roofing or sitn.ilar waterproof deck construction is completed prior to the connection and operation of the pefma.nent drainage piping system. 7. Comply with all other requirements indicated or specified. 01530-Temporary Barriers and Controls 01530-4 aanuary 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pmli Wall and Cliute Replacement SECTION 01530 — TEIIPOR.X I)IIAII.II.IEIIS - ND C'O TROI.S (con it ued) D. Debris C.on.trol. and Clean-I..Jp: 2. Beep the premises free at all times from accumulations of debris, waste materials, and rubbish caused by construction operations and employees. Responsibilities shall include: a. Adequate trash receptacles about the Site, emptied promptly when fill . b. Periodic cleanup to avoid hazards or interference with operat' e Site and to maintain the Site in a reasonably neatonditio c. The keeping of construction materials s forms a scaffolding neatly stacked. X_ Con %d. Immedia.t.e clean u o otect. th b asphalt, oil, p 'nt, c Tosi�,-e 1' and floors, a rfaces r urfaces s Prohibit o Y a or of tr revent s 1 Provide rf fc insve- ' traffic ar Wpla.ttered concrete, lutions from walls, on access and haul routes. requirements. up is s in SEC 178 - TACT CLOSEOUT. 1: methods, mean , acilitfes cl ed to preventt contamination of If A at s e De di of hazardous or toxic substances istruction o ons. equip en , nd pers perform emergency measures required to on s ges, 1 e contaminated soils or liquids. Excavate any cont ted earth off -Site in approved locations, and suitable mpacted fill and topsoil. ;cia s o prevent harmful substances from entering public �afi. arv. tr , torm sewers. Adhere to the Spill Prevention Control. and Countermeasures Plan (SPCCP) requirements as stated in 40 CFR Part 1.12. 3.05 A ;' S, ROADS ANID PARKENG AREAS: -Site Roads and Parking Areas: \ew'I'emporaf3- On 1. L.ocate roads, drives, walks, and parking facilities to provide access to construction offices, mobilization, Work, storage areas, and other areas required for execution of the Contract. a. Consult with Engineer regarding any desired deviation therefrom. 01530-Temporary Barriers and Controls 01530-5 ;fanuary 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pmli Wall and Cliute Replacement SECTION 01530 — TEIIPCiIIAR) B.A. .II.IEIIS - ND C'O TROLS (continued) b. Size of parking facilities shall. be adequate to provide for needs of Contractor's personnel, Resident Project Representatives, and visits to Site by Engineer and Owner. 2. Provide access for etn.ergen.cy veh.ieles. -Maintain driveways a fri.initnum 15 feet wide between and around combustible materials in storagesal mobilization areas. 3. Maintain traffic areas free of excavated materials, construction �Qnt, snow, ice, and debris. 1## 0 4. Construct temporary bridges and eulve sl at7. low are and allow unimpeded drainage. 5. Keep fire hydrants a ,at€ r co elves fr obstruction and accessible for gse. 6. Construction a. Clea Nr s require b. ompact, a are ecess -ide suitable support f yell' ar ffic U. nticip e dings. -Materials and nstruc n s 11 be as ' ted or ec c. Pr lode for surfac r ' e of faC l es nd surrounding areas. d. nta.fn roads, -s, and s areas in a sound, clean condition. air or r °ice oitionsAP during progress of Work. 7 m0A 041: LO a. Av re ve empora.ry materials and construction when actil OVD an be m.et by use of pertn.an.en.t installation., unless strut ' integrated into permanent construction. Remove and di ose o . compacted materials to depths required by various conditio be met in completed Work. b. Restore areas to original, better, or specified condition at completion of Work. 3.06 FIC CONTROL :1ND USE OF ROA- DWAYS: 41 A. Traffic Control: 1. The Contractor shall plan and execute the work so that interference with the low of traffic and the passage of pedestrians will be the minimum possible. 2. The CO:ti'1"RA.C.T'OR shall. arrange crews in a way to have continuous work from the time a. particular project has begun until it is complete. The Contractor shall schedule crews in a. way to have continuous work from the 01530-Temporary Barriers and Controls 01530-6 ;fanuary 2025 City of Fayetteville, Arkansas Ilayettevil e Transfer Station Improvements Metal Pusli'Wall and Chute Replacement SECTION 01530 — TE1IPfillAR) I1AIIIIIE .S - ND C'O TI OLS (coji inued) time a work order has been. initiated until it is cornhlete. 'The Contractor shall. not demobilize until all work from the work order is complete. 3. It shall be the responsibility of the CONTRACTOR to inform the City of Fayetteville regarding dates and locations of work activities that may imps the flow of traffic. UN 4. The Contractor shall be responsible for making provisions for the -c free passage of persons and vehicles by, over, or around the wor lte project is completed. Such. provisions shall be satiactory 1 t wn.er and State. County and local authority having ' r *etion in th rea f work. 5. Provide, operate, and ainta.in equi e ervice s ersonnel, with traffic control and p e .. devices, Fred to vehicular traffic flow on haul rout.is, • me entra ce n-Site a es roads, and parking areas. This ip 5 traffic i and sag gmen, flares, lights, barricades, a r devic=s p , onnel a aid- to adequately protect the public. G. Remo nporary ent and ies w no longer required. Re ounds t nal, be specifie n ion when no Longer r ii d. 7. en require , the V_C "ounty to authority that traffic be int ' ed over an.y eo ,n work.. a bli.c or private highway, street, ro r e vel ' 1 tr rc path, aVir c i traffic cannot be maintained on th ent of ih .final ropavc�inen° it, the Contractor shall, at h i 7 expen rovrde an ' , truct and maintain a detour around the rk. Sucl ur shall actory to the Owner and to State. Country, r loe 1. or Y. `lhe for shall provide and rn.ai.n.tai.n. all barricades, signs, t lights ° d n rlers around the work as may be required by the vlri encies jurisdiction in. the work area. the Contractor shall vide ,l flagmen to directt traffic while working upon a. n way, s eet ad over which traffic must. pass. 8. Excava.tecl areas within the traffic lanes of highways, streets or roads and pedestrian walkways shall be baekfilled as soon as possible and the area opened to traffic. 9. Bridge over open trenches where necessary to maintain traffic. 10. Consult with governing authorities to establish public thoroughfares which 101 will be used as haul routes and Site access. All operations shall meet the 41\ N approval of owners or agencies having jurisdiction. 11. Th.e Contractor shall obtain permi.ssi.on front. the applicable State, County or local authority(ies) before closing or obstructing any public highway, street or road. This shall include, but notnecessarily be limited to, coordination. with Fire Departments, 911 services, and other emergencv services. 01530-Temporary Barriers and Controls 01530-7 ;fanuary 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Cliute Replacement SECTION 01530 — TEIIP'OIIAR) IIAIIIIIE .S - ND CONTROLS OLS (coon inued) 1 '1'h.e Contractor shall. make the same provisions as described above for the passage of vehicular and pedestrian traffic between private property and public highways, streets and roads or other provisions that are satisfactory to the Owner and the property owners involved. B. NIaltitcnance of Roadways: 6 1. Repair roads, walk -ways, and other traffic areas damaged by ope fo s. Beep traffic areas as free as possible of excavated materials and m ' n a manner to el.im.inate dust, mud, and hazardous conditeon.s. 2. All operations and repairs shall meet the o al of owner r agencies having jurisdiction. EN CTIOff A 6 N*� 41\ N 01530-Temporary Barriers and Controls 01530-8 ;fanuary 2025 City of Fayetteville, Arkansas Ilayettevil e Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 01560 — TE11P'IilIARY ITTILITIES :AND FACILITIES Ilf�w� 1.01 SUMMARY: A. This Section includes requirements of a temporary nature not normally incofporat into final Work. It includes the following: 6 1. Utility services. 2. Construction and support facilities. 3. Construction aids. 4. Safety and health. 5. Fire protection, B. Related ti[%ork. Speci' i, ewhere: 1. Tempors rfiers at ors: SEC - 01-53[ 1.02 IU_.FE RE--N CE S : e) A. Amer` n onal S &ds.ksso (ASS 1-. A 0 S 'es Safety R ti nts for , s ction and Demolition. B. ?rational cal Contract I _ Ysociation A): 1. V-1 ctricaI Des -brary T rary Electrical Facilities. C. eat l ire Associa n PA): 1 le Fir ishers. Q& -6 2. atiof h -f al Code. 3. 41 Safegu ng Construction. 1Ut.era.tions, and Demolition Operations. D. oval Electrical 1�-1, nufacturers :Association (N'ENLN). nclerwriters :I..,aboratories 1.03 It-J13MI:TT AALS: 7&V A. Temporary Utilities: Submit reports of tests, i.nspecti.ons, tn.eter readings, and similar procedures performed on temporary utilities. B. Implementation and Tennination Schedule: Submit a. schedule indicating implementation and termination of each temporary utility within. 15 days of the date established for commencement of the Work.. 0 1 560-Ternporary Utilities and. Facilities 01560-1 January 2025 City of Fayetteville, Arkansas Ilayettevil e Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 01560 — TE11PIiIIARY ITTILITIES AN D FACILITIES (continued) 1.04 QLIAI...ITY ASSI.JR:, CI A. Regulations: Comply with industry standards and applicable laws and regulations of authorities having jurisdiction, including but not limited to: L Building Code requirements. � 2. L-Iealth and safety regulations. S. Utility company regulations. 4. Police, Fire.Departmen.t, and rescue squad rul.K11* 5. Environmental protec regulations. I3. Standards: L Comply wi F 10. and A.10 Series standards emporary cal Facil. " 2. Comp i NtiTE11 A, an( standa and regulations for tem electric " e. Install s , e in co 1 n with NFPA 70. C. Inspec .irran • for horitie juris o o inspect and test each t o rtr ty hero C)bta' r red ce ' icat s and permits. 1..05 PROJECT ONDITI(P S ' : A. Temporary Jt hies: P epar a sched r rcating dates for implementation and termi i4 o each t ry utility. e earliest feasible time, when acceptable t r charWe r from 4us iporary service to use of the permanent A c B* 'onditio e: rrporary services and facilities clean and neat in ppe, ce. e•rat 5 'Y d efficient manner. Take necessary fire prevention meal o not verl n facilities or permit them to interfere with progress. I)o not all haLardo angerous, unsanitary conditions, or public nuisances to op or persist on the Site. PART 2 - P S 2.01 , < TERI AI_,S ANI) I: 41WA. Provide new materials and equipment. Provide materials and equipment suitable for the use untended, of capacity for required usage, and meeting applicable codes and standards. Comply with requirements of the '.I'EC IIIN:IC L SPECIFICATIONS. 13. Water: Provide potable water approved by local health authorities. C. Water Il:oses: Provide 7/4-inch (1.9-mm), heavy-duty, abrasion -resistant, flexible rubber hoses 100 feet (30 m) long, with pressure rating greater than the maximum 01560-Temporary Utilities and. Facilities 01560-2 JarWary 2025 City of Fayetteville, Arkansas Ilayettevil e Transfer Station Improvements Metal Pusli Wall and Cliute Replacement SECTION 01560 — TE11PtillARY iTTILITIES AND FACILITIES (continued) RNRT 3 - pressure of the water di.stributiorr system. Provide adjustable shutoff nozzles at hose discharge. D. Electrical (cutlets: Provide properly configured, NENIMA-polarized outlets to prevent insertion of 110- to 1.20V plugs into higher voltage outlets. Provide receptac outlets equipped with ground -fault circuit interrupters, reset button, and pilot light f r connection of power tools and equipment. E. Electrical Power Cords: Provide grounded extension cords. Use hard -se. rcls where exposed to abrasion and traffic. Provide waterpro `conne, . n t nnect separate lengths of electric cords if single lengt I not real ar€s where construction activities are in progress. Do.noexc l.engtlr- ltag afro. 11. Lamps and Light fixtures: general , incand c t mps of wattage required for adequate it urn on. vi guard e, or tempered -glass enclosures where expw. breakage. e eaten res where exposed to moisture. Ci. I=leati.ng Units: LT, FNL or 4 II. Fire rs: Pr vrde tem y of1 Comply %fit PA 10 and size I locati d r PA s of tng unit, ave been tested and labeled by associ elated he type of fuel being �L-rated, Class A. fire other locations, provide i.cal extinguishers or a Isses for the exposures. extinguishing agent, and 3.01 TES Y LTI 46 Gene alow 1. nga.ge the priate local utility company to install temporary service or connect to existing service. Where utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with utility company recommendations. 2. Provide adequate utility capacity at each stage of construction. Prior to availability of tentporar_y utilities at the site, provide trucked -in services as required for start-up of construction operations. 3. Obtain and pay for temporary easements required to bring temporary utilities to the Project Site, where the Owner's permanent easement cannot be used for t.ha.t. purpose. 4. Furnish, install, and maintain temporary utilities required for adequate construction, safety, and security. :Modify, relocate, and extend systems as Work progresses. Repair damage caused by installation or use of temporary 01560-Temporary Utilities and. Facilities 01560-3 7arniary 2025 City of Fayetteville, Arkansas Ilayettevil e Transfer Station Improvements Metal Pusli Wall and Cliute Replacement SECTION 01560 — TE11PCiIIARY ITTILITIES AND FACILITIES (continued) facilities. C:rrade the areas of Site affected by temporary installations to required elevations and grades, and clean the area. Remove on completion of Work or until service or facilities are no longer needed or are replaced by authorized use of completed perianent facilities. 5. The types of temporary construction utilities and facilities required inc4tuc , but not by way of limitation, water distribution, drainage, de - equipment, enclosure of Work-, heat, ventilation, electrical o er distribution, lighting, hoisting facilities, stairs, ladder and roa 6. Inspect and test each service before placi nporary r ' 0 in use. Arrange for required inspections and to goverm au fori.ties, and obtain required certifi ' ns and 1) C. 7. Nbterials used for t.e ary sere °e a.11 not b U`1611 in the permanent system unless ago ied or ac °p to Eng' 3.02 TEMPORARY ELECTRICI D LIG MOO - A. New Service: 1. a with l yr nnpany a rovide i q aired for power and g. 2. nn A temporary serve anner r ed by utility company officials. Frovic p to etCk r e °ring r used by all entities authorized t or nerf'orni at the Pr ' e. 3. T e ectric s of i shall be cient capacity and characteristics for the TkArious Apo . 'on. tools very, lights, heating and air conditioning, pump -r tools ri by Contractor and his Subcontractors. cathe grounded, power distribution system sufficientt to odat c n operations requiring power, use of power tools, e trical eati and lighting. Provide overload protection. Locate ltiple ou paced so that entire area of construction can be reached by power tools on a single extension. cord of 100-foot maximum Length.. Supply power for electric welding, if any, from either temporary power distribution systemor by engi.n.e-driven, power -generator sets at Contractor's option.. 5. Provide all necessary temporary wiring, panelboards, switches, outlets, and other devices so that power and lighting is available throughout the construction area. Include fn.eters, transforfriers, overload protection disconnects, automatic ground fault interrupters, and main distribution switch gear. Include overcurre°nt protection on all conductors of the temporary system. 01560-Ternporary Utilities and. Facilities 01560-4 7aruiary 2025 City of Fayetteville, Arkansas flayettevilfe Transfer Station Improvements Metal Pusli'Wall and Chute Replacement SECTION 01560 — TE11PORARYITTILITIES:AND FACILITIES (confinued) Provide adequate artificial lighting for all areas of Work. whennatural light is not adequate for Work. a. Sufficient light shall be provided for general construction areas and floor areas, with additional sufficient lighting for specific tasks and to m.e8L safety requirety.fents. B. Use of Existing System: L Owner's existing system shall not be used for tempo*ry elec C. Use of Perinatfetit System: L Prior to use of permna ystem (faci fig co'n, by Contractor) U2 for construction pulp )tain xr ission er. 2. ND intain Dernwnellxstem as for tem s sty :' cilities. D. Costs of Installation Vnp cration- L Pay fepko arges its an ions. 0 2. P'�q' 04 �, rc-in porn ry se.. i-vices, and 1; a maint a c ion o any c nanent f* H used. 3��\Jy costs ofelectrical p S; ' d. 4 0 a Ray C Y o tem.por ents required across properties of le t n that of 3.03 'I'ENVIPORAR Y'V tie en, ice: N W.th V V xvice company to provide water for construction v 1i th Se , e- 2. -'onnect se to water main in a manner directed by utility company officials. Provide with meter and shut off valve near connection to the water main. 3. Size water service to provide adequate volume for all anticipated construction uses, and to maintain minimum required pressure. 4. Install. piping with. outlets located so that water is available throughout the 41\ N construction area. Prevent freezing of water distribution system. Maintain hose connections and outlet valves in leakproof condition. Sterilize temporary water piping prior to use. M 0 1 -560-Ternporary Utilities and. Facilities 01560-5 7aYlLlal'Y2025 City of Fayetteville, Arkansas Ilayettevil e Transfer Station Improvements Metal Pusli Wall and Cliute Replacement SECTION 01560 — TE11PCiIIARY ITTILITIES :ANTI FACILITIES (con inued) 13. Use of.Fxi.sting System: Owner"s existing system may be used for temporary water. 2. Make connections to existing facilities to provide water for eonstructi . . purposes. a. Water Source: Make connections to Owner's service located indicated or where instructed by Owner. 3. 11.Iodify, supplement, and extend system as =cessary to e porary water requirements and prevent overloadin o x N in.g system. 4. Regulate systefr7. to p interferon vner"s C. Use ofPerfuanent System: l.. Prior to use anent .sKN f cortst purposes, obtain. written permission ( cr. 2. Prior o Syste inking ,,:X a ect i 6 0 b. tain i , ec . n and nl of g ernf uthority. R D. Co. o Instal or7. ,nd Oper n. 1. P "I ,osts for ins s on, mai_ it, and removal.. 2. va� all costs w ter used 3.04 'I"EN1I'C)l Y ' Ib C1LFFIl,. �V1fy At ntract ied F# 1. u ish, in 11, maintain kanporary sanitary facilities for use through nstructfon - • d. Remoz'e on completion of Work. Provide for all construction workers under this Contract and representatives at the Site. 3. Toilet facilities shall be of the chemical, aerated recirculation, or combustion type, properly vented, and fully enclosed with. a glass- fiber -reinforced polyester shell or similar nonabsorbent material. 41\ N 4. Water and sewer connected facilities may be installed to extent permitted by governing regulations. a. Provide lavatories, minors, urinals (where applicable), and water closets i.n. water and sewer connected units. Provide only potable water at lavatories. Provide individual compartments for water closets where the unit is intended for occupancy by rn.ore than one person.. Provide 01560-Ternporary Utilities and. Facilities 01560-6 7aruiary 2025 City of Fayetteville, Arkansas Ilayettevil e Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 01560 — TE11PfiIIARY ITTILITIES :AND FACILITIES (continued) suitable enclosure with. n.onabsorbent san.i.tarv_ finish. anaterials and adequate heat, ventilation and lighting. b. Provide separate toilet facilities for male and female construction personnel as required. Is Wash Facilities: Install potable water -supplied wash facilities at locat` convenient to constriction personnel involved in the handling of co or and fn.aterials where wash-up is necessary to maintain a safe, h nd sanitary condition. Where recorn.m.en.ded or Aquired y v ruing authorities and regulations or recognized sta provide e ge cy safety showers, emergency eye -wash fountains lers, an imn r facilities. Dispose of drainage crly. Supp 4 d oth ng compounds appropriate for each, r n. Drinking Watw re.: Provi e ainerizec spencer type drinking water units. - vie dri er foui piped potable water is reasonably a -e le fr wWp ncfft or t p •ary lines. 7. B. U f404; t.in Fa.cili 1. 'dot a alif. 3.05 SEWFRS A\D D Z- E AGE: i A. f'here,® s e Il e , provij&,*�02 ma er. If mpletiv mane hat a � lly discha e. FV City of Fayetteville, Arkansas Ilayettevil e Transfer Station Improvements Metal Pusli Wall and Clrute Replacement SECTION 01560 — TE11PtiIIARY iTTILITIES AND FACILITIES (cojitinued) 3,06 TI<�7I-'t )kARY CONS`IR C I'ION AIDS: A. General.: l.. Provide construction. aids and equipment required by person.n.el and facilitate the execution of the Work-, scaffolds, staging, ladders, stairs, rain , runways, platforms, railings, hoists, cranes, chutes, and other such faeih and equipment. 2. Nlaterials may be new or used, fn.ust be suitable for t o inten a e, and meet. the requirements of applicable codes, rc ons, ands a 3. When permanent sta' framing is ifr ac , prov•cl porary treads, platforms, and ra.ilin e by consWORn perso 3.07 TE-E'OR=CRY SAFETY AND HEiL T IJQiv�;�+ A. General: Contractor s 7e res s e for d alit of sa.fcty and health programs for 1 at c Site Avt& eeified in the GENERAL CO\�ITION, 0.08 TE:NIPORAR4' F ... )`I,IJ { A. c r� 1-. Contr r shall be r , of . i for )rnent of a fire pi-Lx en.tion. and p on rogram 1 -'ork urid s Contract.. 2. T rogram comply e applicable provisions for safety and otectiorr orth In. t RAI. CONDITIONS and with applicable parts A 10 an. I c •e exti •s Where convenient and effective for their intended NI o , but o an one extinguisher on each floor at or near such e star ell. 4. Store combos ibk materials in. con.tai.n.ers in fire -safe locations. Maintain unobstructed access to .fire extinguishers, fire hydrants, temporary fire protection facilities, stairways, and other access routes for fighting fires. Prohibit smoking in hazardous fire exposure areas. 6. Provide supervision of welding operations and similar sources of fire ignition. 7. Post warning and instructions at each extinguisher location, and instruct constriction personnel on proper use of extinguishers and other available facilities at Project Site. Post local. fire department telephone number on or near each telephone instrument at Project Site. 01560-Ternporar•v Utilities and. Facilities 01560-8 7arrrrary 2025 City of Fayetteville, Arkansas Ilayettevil e Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 01560 — TE11POFIARY ITTILITIES :AND FACILITIES (con inued) B. Pen.-n.anent Dire Protection: L Complete each fire protection facility at earliest reasonable date, place into operation, and make ready for emergency use. 2. Instruct. personnel at. Site on availability and proper use. 5.09 ItiSTAI..I...ATRYI AtiDRl3M(-)VAI.,: A. Relocation.: Relocate construction. aids as required by p*gress o ' ction, storage limitations, or Work requirements and to mmodate ents of Owner and other contractors at the Site. B. Removal: Remove tempora ri.als, equi rrd sere% s n construction needs can be met and a.11o��7ec e of per R cons � f r at completion of the Project. Nksoef C. Repair: Clean. and r amage e y ins t or by use of temporary facilities. L Rem - dations d dergrou lations ' onstfuction. aids. 2. (j d the a 10 Site a ` to by t ) installations to required e �, . Ions an cle, the are - ND O O\ 01- 01560-Temporary Utilities and. Facilities 01560-9 January 2025 City of Fayetteville, Arkansas Ilayettevil e Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 01560 - TE11P'OFIARY ITTILITIES AND FACILITIES (confinued) 01560-Ternporary Utilities and. Facilities 01560-10 7arniary 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pmli Wall and Cliute Replacement SECTION 02003 — TRENCH SAFET1"PROTEC'TIVE SVSTENIS P,- RT 1 - GE.—INTT;R.AI.., 1.01 WORK INCLUDED A. Comply with OSHA (Occupational Safety and health Adrn.inistration.) Standards CFR 1926 Safety and Health Regulations for Construction Subpart P, Excavatio Standard 1926.650, of the Code of Federal.Regulati.ons and as follows. B. The Contractor• is responsible for ensuring that safe working co editions e `st ety procedures are being followed at the work site. The Controctolfis resp . i ornply with. all Federal, State and City laws, rules or regul.a n, stated or n stated within. these specifications. + C. If the Contractor is working ' ly "lrkaf lie bo agency, country, municipality, school. distri. , or . rer locaL it or im m.ent district), and has entered into a eontac provisi o ' rkansas C e I'rtle 22. Publi.c Property §§ 22-9-202-204, th nginecontr, r all comply with Arlo-nsas Code Title 22. Pu erty § Publi� ` r ements generally -Trench or excavation safettt 'vs ms. The requir inclu e, a not ne •f • lira` 229or va.tion safety systems. ii. 'llenever V , en y of is ' or ounty, municipality, or school istri. r of ocal nit or i n.en.t district, enters into a contract covereci � the provision - 22-9- 2-9-204 for the making of repairs or a -ad6ns or tlr •tion of gs or for the making of any other eme rats, he co st or improvement of highways, roads, streets, i , walks., tters, dra._ r sewer projects, or for any other construction oject i ` ' the pul is rk or public improvement construction project ifivol . encl - a.tion which equals or exceeds five feet (5'} in depth, t acy cou lity, school district, local taxing unit, or improvement di is , hall re c xirc: j That the current edition of Occupational Safety and Health Administration Standard for Excavation. and Trenches Safety System, 29 C"I R. 1926, Subpart P. be specifically incorporated into the specifications for the project; and (2) That the contract bid forin inhale a separate pay item. for trench or excavation safety systems to be included in the base bid. b. In the event a contractor fails to complete a separate pay item in accordance with the applicable provisions of subsection (a) of this section, the agency, county, municipality, school district, local taxing unit, or improvement district shall. declare that the bid fails to comply fully with the provisions of the specifications and bid documents and will be considered invalid as a nonresponsive bid. The 02003=french Safah, Protective Systems 02003-1 :fanuary 202 City of Fayetteville, Arkansas Ilayettevil e Transfer Station Improvements Metal Pmli Wall and Chute Replacement SECTION 02003 — TRENCH SAFETV/PROTEC'TIVE I"STI=..IE''IS (continued) 1.03 owners of the above -stated project shall .notify the Safety Division. of the Department of Labor of the award of a. contract covered by this section. The contractor is responsible for compliance with the latest version of this Code (.Arkansas Code Title 22. Public Property § 22-9-212 Public improveinen. generally - Trench or excavation safety systems). D. Prot.cctive Systems - The Contractor shall design or provide an engineered des , shall install, and maintain Protective Systems in strict c mplianee w' , -IA (Occupational Safety, and Health Administration) tan(fards 2. C _ 2G Construction, of the Code of Federal Regulations a other app.... ble Federal., State, and local requirements. * ION 6. SUBPARTR INCX)A= - A. The current edition tional AISI Excavation and Tren -ety Sy reference into the , and speQi B. Additional. i United ton 11133- b b d at: enabRo)r, , C F for c ` lhttps '.'wI;- sha ova S&P- eve eve 1&p T inc, and Qhtt www. os r nd Heal. i.n.i.stration. Standard for CFR 1 ' )part. P. is incorporated by Xnal. Health Adfn.i.n.i.stration, tfon fitam umber 1926 Safety and r form?p_doe type --STANDARD 2226-10R 2015 Booklet at.: .pdf ur nt and PI 'm t for the work included in this section. will be in accordance the prices set o in the Unit Price Bid Schedule for the quantity of work r ed and accepted and as specified elsewhere within the Contract. Documents. END OF SECTION 02003 02003=french Safah, Protective Systems 02003-2 .I.anuary- 2025 City of Fayetteville, Arkansas Ilayettevil e Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION ION 02004 — CO NFIN D SP,WFIS P.kR•1. 1 - G,,ENIi;RA:1-, 1.01 GENERAL. A. Comply with OSHA (Occupational Safety and Health Administration) Standards 2�4 C"I,'R 191-0 Occupational Safety and health. Standards including Subpart J, Ges.et Environmental Controls Excavations, Standard 1910, including but not limi ,� CF:R 1910.1.46, Permit -required Confined Spaces of the Code of Federal Rem ti is and as follows. F. The Contractor is responsible for ensuring that safe wo tt conditions fsi a id safety procedures are being followed at the work. site. I e conditions r is rej. nsi e to eotn.pl.y with all Federal, State and C• 4� s, rules o - ns stat t stated within' these specifications. l7te " n ctor is ..sible t (-)SI-IA. of the COnlYnencement of all con.s tctt .... C. The Contractor is re le to Trash ecvcling Director, and the Engineer, when p are to , or near it -Required Confined Space and contractor shi l Nordinate ork with r, sh an. Recycl.i.n.g Director, and the Engineer. D. Contra, 1 info sh and Gag Dir °t the Engineer, of type of P .T11 Ze 11 d Co...- to Space Spe and program used by the Co t I . Cont t•act . s. 1. i ..onn. th h. and Re Xrector, and the Engineer, of any hazards c - ed or erwated a. p- - iced Confined Space. F. Cuactor 4s s ible D e Trash and Recycling Director, and the 1_>tlo , whe. el are to • ..- in, or near, a Non-Perfn.it-Required Confined Spa e and r shall ordinate such work with the Trash and Recycling rector, ngiftc r. Conti or hall inf -m t `rash anal R.eeveli.ng Director, and the Engineer, of type of N Permit -Require onfinecl Space docufnentatioti and prografn. used by the t ° ctor. H ontractor shall inform the Trash and Recycling Director, and the Engineer, of any hazards confronted or created in a Non -Permit -Required Confined Space. 1.I D OF SF:cTIO.N 02004 41\ N 020044-Contmed Spaces 02004-1 :fanuary 202 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 0200 —CONFINED SPACES (continued) 020044-Confined Spaces 02004-2 :fanuary 202 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 02005 — PUBLIC EMPLOYEES RIGHT TO KNOW ACT PART 1 - GENERAL 1.01 WORK INCLUDED a I:3 C. 0 E. Comply with OSHA (Occupational Safety and Health Administration) Standards CFR 1910 Occupational Safety and Health Standards including Subpart H, H z Materials, Standard 1910.120, of the Code of Federal Regulations and as follo Comply with State of Arkansas Act 556 of 1991, Arkansas Aode c -1101 et. Seq.: Public Employees Chemical Right to Know t, d as follo The Contractor is responsible for ensuring that ing co t exist and safety procedures are being followe ork site ntracto onsible to comply with all Federal, State and ity s, rulQ r gulation a or not stated within these specifications. The Contractor shall ro a to th and Rec i irector, and the Engineer, a list of all hazard "s emicals py of the riate afety Date Sheets (SDS) (previously terial S t ata Sh e ought the property. This informatio fired pri r y work tarte w is bein; pri to am, Nrk infor Aim to its emplo * D Q31 offernicals at any City facility information will be provided sible for disseminating this 02005-Public Employees Right to Know Act 02005-1 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 02005 — PUBLIC EMPLOYEES RIGHT TO KNOW ACT (continued) 02005-Public Employees Right to Know Act 02005-2 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01010 - SPECIAL CONDITIONS PART 1 GENERAL 1.01 BUILDING PERMITS A. The City of Fayetteville requires all buildings constructed for their use to be permitted and . inspected by the City of Fayetteville Building Safety Division and constructed in accordance with current City of Fayetteville Building Codes. As stated in the Section 00700, Genera) Conditions, all fees except for state mandated craft fees for City of Fayetteville issued p nuits will be waived. 1.02 CONSTRUCTION PERIOD A. Demolition and Construction Activities 1. All demolition and construction ictivi ies withi ransfer shall occur between May 1 and June 29, 2025. t on rpn a all be -site prior to May 1, 2025, so that work may immediate mence y 1st. nstruction activities shall be complete by no later t 29,202 2. All demolition a ruction act es to th push h 1 be limited to either the north metal'pusl wall e h metal h all to a operational impacts to the Transfer St . A p ary con ion barrier e erected to protect the Contrac r°'s sonnel dur' emoliti a construction activities associated with the metal push Nval s. lfhe tq ►porary on b 'er * all be installed in the location shown on the plans., k 3. All constru ° 'o pivities associated with a the existing elevated concrete beams in the W all be�liite<l to the of ours: 4:00 P.M. through 4:00 A.M. daily. he e the Va�stc Pit must be fu ed to operation on a daily basis. 4. co tructio s asso6a ith the metal chute in the waste pit shall be limited onse 1 en (7 i c ar period between June 15 and June 29, 2025, and s 11 not c m ce unti the o pletion of all improvements associated with the metal ush w4ff an a armor' the existing elevated concrete beams in the waste pit. The Count hall be subject to Liquidated Damages in the amount of One Thousand Dollars ( S 1# .4) per calendar day for each day the metal chute remains incomplete and the ansfer Station can be restored to its full operational capacity following the consecutive jNoven (7) day calendar period. IN END OF SECTION 01010 01010-Special Conditions 01010-1 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01010 - SPECIAL CONDITIONS (continued) 0 10 10 -Special Conditions 01010-2 January 2025 City of Fayetteville, Arkansas Fayetteville Tral %fer Station Improvements Metal Pusli Wall and Chute Replacemerit SECTION 01111- SITE CONDITIONS 1'AR 1 1 C EN-1.+.,.RAL 1..02 A. B. SCOPE OF WORK In general, follow the guidelines below when dealing with existing conditions on or adjacent the site. These guidelines are not intended to restrict or replace professional judgment l* t Contractor. ' 'Z� RELATED SECTION'Sej Section 00800 Supplementary Conditions Section 01110 Sumfnary of Work 1.0 5 SITI? CONDITIONS A. Site Information 1. The Contractor is Facility is an actin+ during the co Processing F 2. C:onfneiti authorizt*0 isgra. B, Subsurface 1 1.. Availa ��:"ubsrrr; enXr 7', i.at the i.l.le Tra ' ation d 1111aterials Processing y and th 1�-lateri, o essing F v will be operational pe ' d o tractor . nsur ess to the Materials not if erru at anv to public right - or to t e wner's property unless specific to lie of e c is . s 1;ace,bnfpe, n is a Section. 00800 under :paragraph SC-1..28, ` ata. I the C or may obtain copies of geotechnical and/or ttal rep Main the En eer. f Caine is identified above is based on surf -ace observations _e c cationsCa. l site or is based on subsurface conditions only at specific rtions, and onlye time that the observations and borings were conducted. The hould not infer that this technical data is indicative of the entire site. Further, is required to conduct additional site investigations as necessary to satisfy any questions prior to Bidding. to reliability of the reports identified above is defined in Section 00800 under Paragraph SC-1.28, Szubsurface Data. The Contractor is not entitled to rely upon any, other inforn-tation or data known to or identified by Owner and Engineer. C. Site Investigation and Representation ']'he C.",on.tractor acknowledges that he has satisfied h.im.sel.f as to th.e nature and location of the Fork; 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 stream stages, or similar physical 0 1111 -Site Conditions 01111-1 ;f anuary 2 02 City of Fayetteville, Arkansas Fayetteville Traitisfer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 01111- SITE CONDITIONS (coWiimed) conditions at the site; the conformation anal 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. 2. '1:'h.e Contractor fiirth.er acknowledges that he has satisfied himself as to the character, quali and quantity of surface and subsurface materials to be encountered from inspecting tht and from evaluating any information on subsurface and physical conditions provi.d Owner. :any failure by the Contractor to acquaint himself with all the available i n will not relieve him from responsibility for properly est.ima.t.ing e diffiic st of successfully performing the Work. Neither. the OwIleu0mor the 1- ssutnes responsibility for any conclusion or interpretation made th Contractor °sed on the information. made avaiC)lable by the . er or the Engi e ']'he Contractor shall. be responsible ic o lty 1.arservices,including3. fi Arkansas 811 and other ut4itet location. se yr of speci listed, sufficiently in advance of excavation acti ` i allow -o h ld loca ' s ny underground utilities and structures. The Ar - s telepli NMI is 1 2-8998. A triiniin im of 48 hours prior not.ificatio s ired. D. Responsibility for tit erties a ice I. The Drawin s o know, til` ies and Tres ad cen r to be encountered in the Work. atiotis shown are taken ` o existi cords and the best information available oin exist` lads; how e i xpect ere ma.v be some discrepancies and omissions iNhINcations n q antities lities and structures shown. This information is shosvr only for e ttraetor' o nietiee, and neither the Owner nor the Engineer as any reslnoRitbit,as to its cy or complete iiess. Tlne Contractor shall make e to loag u. ies and structures by prospecting; in advance of exc° a o activit` 2. ' fi- the O% is oft s gents shall be responsible for damages as a result of 3. lontra r rc to c i es encountered in the Work. ovide nobst.ructed acces, . fire hydrants, underground conduit, manholes, and water or gad v xes. 4. .0r the Con.traetor's operations are adjacent to existing utilities and services; and when. ations could cause damage that would result in considerable loss, expense and inconvenience; then th.e Contractor shall not commence the Work until tn.aking necessary arrangements for their protection. 'These utilities and service shall include but not be limited to railway, fiber optic, telephone, television, power, oil, gas, water. sanitary sewer, stone drain, irrigation. or other systems. 5. 'tioti.fy all utility offices that are affected by th.e construction operation at least fifteen (15) clays in advance of commencing construction operations. Do not expose any utility without first obtaining permission. from the affected agency. Otice permission has been granted, locate and if necessary, expose and provide temporary support for all. existing underground utilities in advance of operations. 01111-Site Conditions 01111-3 ;f anuary 2 02 City of Fayetteville, Arkansas Fayetteville Tral %fer Station Improvements Metal Pusli Wall and Chute Replacement SECTIO 01111- SITE CONDITIONS (corrtimied) G. The Contractor shall be solely and directly responsible to the owners and operators of such utility properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character broughtt because of any injuries or damage that may resultt from the construction operations under this Contract. 7. In the event of interruption to dorn.estic pater, sanitary sewer, stone. drain, or oth services because of accidental breakage due to construction operations, the Contr 11 promptly notify the proper authority, cooperate with said a.ut.horitn restor• ' 1 •ice as promptly as possible, and bear all costs of repair. In no � nt shall in of any public or franchised utility service be allowed unless the e of the utilf grants prior approval. S. Replace at Contractor's expenses art rstitrg uti 1 1 • r struct s roved or damaged during construction., unless toe attract Docu e irate o e. 9. Where existing utility- lie s structur , so loca o physically conflict with. permanentstructures nstructe tr this C the -conflicting utility line or structure shall be 1.)tly reloc e tch reloe 1 shall. be Nidered as required by this Contract. 1.0. Give i.rnme t, n ice to e I gMeer, wrier, d t •ner of the utility (where appliea a physical conflict o ' r rence is rmrned to exist: and then. obtain approval relocate h trllity or t s are s c�rein from the Engineer and the owner oft e uti Th owner r ility sh v the right to do all work required to discontinue, relocate rid reply ee irr r%ring u ' 'tt and charge the Contractor for all costs thereof; NA., proved by c ngincer a owner of the utility, all work required to distort ' rate, fin. 1 e int tlities may be clone by the C"on.ttattor. All such d c users, n, and re feet shall be accomplished in accordance with all uir tents of er of the tility. Nn not' it,b�z&.Con o a interference or conflict. has been. det.e-imined to exist, t Engineet deten tow e lter such. interference shall be considered as required by constru on or as incidents construction. 12. e-tion fisting utility lines or structures are so located as to interfere with the Contractor's of th.e Work, but do not physically conflict with permanent structures to be tructed under this Contract; then any modification, alteration, or relocation of interfering u ility, either permanent or temporary, shall he accomplished at the expense of the Contractor. �A lz� 4N. Interfering Structures 1. Take necessary- precautions to prevent damage to existing structures whether on the surface, aboveground, or underground. Ali attempt has been made to show major structures on the Drawings. 4Ultile th.e information has been compiled from th.e best available sources, its completeness and accuracy cannot be guaranteed, and it is presented as a guide to avoid known possible difficulties. 01111-Site Conditions 01111-3 ;f anuary 2 02 City of Fayetteville, Arkansas Fayetteville Traitisfer Station Improvements Metal Pusli Wall and Chute Replacement SECTIO 01111- SITE C_'ONDITIONS (con inued) 2. Protect existing structures front c1 urine, whether or not they lie within. the right -of. -way or the limits of the easements obtained by the Owner. Where existing structures must be removed to conduct the Work properly, or are damaged during the Work-, they shall be restored at the Contractor's own expense to att leasttheir original condition and to the satisfaction of the Engineer. . The Contractor may, with the approval of the Engineer and without additional. comp r remove and replace in a condition as good as or better than original, any small i g structures such as fences and signposts thatt interfere with the Cont tor's op i F. Field Relocation 1. During the progress of the '%7ork, elocations %ork e ecessstry that do not require changes in the C.',on.tract ti. price. ; aK. ch rel.oc or only at the direction. of the Engineer (by Field Ord • If existing s es are ... ered that will prevent construction as shown, noti - ng' ce b to ntinuin e Work- in order that the Engineer may make stich re evisi.on cessary s is conflict with the existing structures. If the Co As to y the Er GX?her 'in existing structure is encountered and proeft with the espite tl 5 rferene e Contractor shall be responsible for a ge that cur. C) G. Land _Nlon.ument. 1. Preserve r replace v existing f'° a. , te, c rty, or private land monuments encountered. A su eyor, li i r the sta e the project is located, shall replace damaged or tta.issin onuftae s at Contras r", xpense. 1.04 PAYMENT ( A IRh.S A. The W41111 e -red in ion shall e considered incidental and payment will be included a)A-1 appro p sufp rice bid items in the Bid Form. P. Y.RT ? "I"S — of ed P, iR1' fi E EC ' " Not Used END OF SEC':I':ION 01111 41\ N 01111-Site Con.cliti.ons 01111-4 ;f anuary 2 02 City of Favetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01300 - SITB,%IITT:Ii,: ""P AF T I GENERAL 1.01 SCOPE OF WORK A. This Section specifies the general. methods and requirements of submissions applicable to �Mi Drawings; Materials and Product Data, Test Results, Samples, Permits; Construction Ph and Construction or Submittal Schedules. Additional general. submission requirern s contained the General Conditions. Detailed submittal requirements are specified in th cal sections. # B. Clearly identify all submittals by reference to Section Numb graph, win_ Number or Detail as applicable. Submittals shall. be r and legibl ufTici or presentation. of data.. 1.02 SCHEDULING A. Coordination of Submittal. '1"` ..epare smite u ittal. sufficiently in. advance of performing the related wother a e activi ithin e time specified for the associated work of oth. - t d Secti ..e Work- 1 of belle by processing ti.rn.es and issues involvin ow c al o,%,,al an itta d); coordination with other submittals, testi p iasitig, ion, er . and similar sequenced activities. N x n f time e autho ` cause Xthe _ ntractor's failure to transmit submittals su in gdva.n.ce of the N PART 2 PRODUCTS 2.01 SHOP DRANN'1 I.ITERI I T) PR _ DATA— S.;VNIPLES A. Shop Dtawrtrg 1Wtual rawi ified rv° ual Sections include custom -prepared data. such as cation e tion in ion drawings, scheduled information, setting diagrams, sh p rTranllfc r` g instructions, i ustol'Tl. templates, special wiring di.agrarn.s, coord` , ` n drawings, individual syste n or equipment. inspection reports, and test. reports in %z ` nerforman.ce curves and certifications. 2. hop drawings submitted by subcontractors shall be sent directly to the Contractor for Rccking. The Contractor shall be responsible for their submission atthe proper time so as o prevent delays in delivery of materials. 3. Check all subcontractor's shop drawings regarding measurements, size of members, materials and details to make sure that they conform to the intent of the Drawings and related Sections. Return shop drawings found to be inaccurate or ot.henvise in error to the subcontractors for Correction before submission to the Engineer. 01.300-Submittals 01.300-1 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01300 — SITBAIITTALS (co ntin.ued) M- 1 details on shop drawings shall show clearly the relation of the various parts to the main members and lines of the structure; and where correct fabrication of the work depends upon field measurements, such tneasureinents shall be made and noted on the drawings before being submitted. B. Materials and Product Data 1. Submit material data in accordance with the individual specification section required, furnish test data to indicate material and installati.rar comp ' n the appropriate specification or standard. Materials requiring cation inc.. t are trot limited to the following: select material, topsoil, sand, r rshed st9gp, co Y xete, grout, slurry, rtretals, etc. Compliance o ifi.eation s iris} manufacturer's printed statements of complia.nc a applic y procluc quality control inspectionitest report.-,; eertifrc ions, mill re s° and to short-term storage instructions. 2. Submit product data in I -ce witl e ' ividual iAcation sections. Product data shall include, but no e imited -ollowin s n(lard vrepared manufacturer's product data (some eferred s talog d n r ut sh%e ; anufacturer's product specification a atio t tons; a.ti r g of o tterns and materials-, manufacture ' d stat then. compl' n and ap i roughing -in diagrams and tetfWoc ct pho hs; star a firing d ar printed performance curves and op an diagrams; pro or quali e trol. inspection and test reports and certi ations i -p* rts; r u o e ating r s intena.nce instructions; long and short term stor struetions; ttnended parts listings; and printed product warranty d cum n on. 3. In add ro t e list df 11 rnende s 'art , submit a separate list of spare parts that wi be p ded by e anufactu er n the equipment, as required by the individual ,,�q en speeif t .. I) r' the startup of the equipment, the m.an.ufacturer"s ntati in, i Contractor, shall verify that all required spare parts t- been to c pr c site and are in satisfactory condition for use by the caner. '11 Compl -'or compile two (2) copies of each required (delivered) spare parks rnd deliver such to the Owner. Organize the spare parks lists into an orderly s based on the table of contents of the Project Manual and include the number of rvered and the part number of each. 2.02 S nstruetion and Environmental. Permits 1. Submit permits in accordance with the contract docutn.ents or in individual technical specification sections. Nklren required, furnish copies of permits from governmental agencies for the following: dern.olition perm.its, street closure and crossing permits, highway and railroad permits, envirornrnental permits, building perniits, grading permits, blasting pe mits, and safety permits. 01.300-Submittals 01.300-2 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01300 — SITBAUTTALS (co.ntin.u.ed) .Q� PROFESSIONA-L, ENGINEER 1P.E.) CERTIFICATION FORM A. If specifically required in other related Sections, submit a State of Arkansas P.E. Certification for each item required, in the form attached to this Section, completely filled in and stamped. PART 3 EXECUTION � 3.01 �=O_ TRA.CTOR'S RESPONSIBILITIES A. Review shop drawings, product data and samples, including tl )y subcon or, prior to submission to determine and verify the following: 1. Conformance of materials and equi n pith rely e ions 2. Equipment (or field) tn.easure 5 3. Equipment (or field) constt z cria 4. Catalog tunnbets and simil Lt" 3.02 SUB'\RSSION -RE QUIRE N- � S A. Make submittals pr n ac ° Tic ith ap the such sequence as to cause no delay in 'k or it fire of any, It bcont r. B. Each subtnitt pri ely coded, will ed with business days following receipt of submittal be E Cl. Number of subn ttal.S tred: I. Electr tr �xp s: l4.ro d one {1 e ntc copy (scanned PDF .file) of each shop d n wing, : etural , and rn� tert nd product data sheets to the Engineer. Include �f'o etor"s subin ` er slue certification statement in electronic copy. ples: t e nu err s in the respective Sections. D. Submittals contain: 1. e s of receipt by the Contractor and submission to the Engineer, and the dates of any ous subtn.ission.s, to Projecttitle and number, Contractor identification, ']'he names of the C.on.tractor, Supplier and Manufacturer, 5. Identification of the product., with the section number, page and paragraph(s), 6. Equipment (or field) dimensions, clearly identified as such., 7. Relation to adjacent or critical features of the work or materials, 8. Applicable standards, such as AS']:':''t•I or Federal. Standards numbers, 9. Identification of deviations from Contract Documents, 1.0. Identification of revisions on resubmittals, 11. A 4-inch by 8-inch (4" x 8") blank space for Contractor and Engineer stamps, 01.300-Submittals 01.300-3 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01300 - SITBAUTTALS (contin.ued) 12. VV'here calculations are required to be submitted by the Contractor, the calculations shall have been checked by a qualified individual other than the pr(I)a.rer. The submitted calculations sliall clearly show the names of the prepares• and of the checker. E. :affix the following Certification Statement to each. submittal, along with the Contragor6 Company name and signature of the Contractor: 1. "Certification Statement: By this submittal, I hereby represent that I have detei nd verified all equiptn.ent (or field) tn.easureetits, equipment (or fid) cons c `o iteria, materials, dimensions. catalog nutnbeis and si.tn.ilar d nd I liav i -ed and coordinated each item with other applicable approve, pprove c rawin an( s 11 Contract requi.retn.ents." F. Shop drawings and product data she is 1 y 17-i 1 "� 17") ller shall be bound together in an orderly fashio If, CI e on and b he above Certification Stateinetit on die cover sheet. T sheet' • ... y deser` - packaged data and include a listing of all i.tetn.s within t ge. Ps• is the Re,' t roject Representative a copy of each transmittal sheett fo o drawin ct data a. nples &0he time of submittal to the Engineer. � G. Utilize a 10-ch.ara tssittal. deist` tion nut syste ollowing manner: 1-. The firs r s ll be a D, S, P -hich r re its Shop/Working Drawing and other Pro et Da 's Ss nple S Ai ary 1 (P) or Operating 1�-lalinteinance Matmal (LT). 2. The next fi -e (5 shall ea plicab s ° 'cation Section Number. The is t s ) di la be the t 001 to 999, which shall sequentially number cis itsitr palate i n ravin su ed uncles each specific Section Number. 4. ell • s be a l Y- Z, indicating the submission, or resubmission of the Dray' , A - su ission, B = 2nd submission, C = 3rd subsssission, etc. A picalstibmi Inumber a be as follows: D -3 8-13 Shop Drawing 0 = Specification. Section for Concrete The eighth initial submittal under this section B _ The second submission (firstresubmission) of that particular shop dunkring INN Notify the Engineer in writing, att the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. '1:'h.e review and approval of shop drawings, satn.pl.es or product data by the Engineer shall. not relieve the Contractor from the responsibility of fulfilling the terms of the Contract.. Ml risks of error and omission are assumed by the Contractor, and the Engineer will have no responsibility therefor. 01.300-Submittals 01.300-4 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01300 — SITB'\IITT.kl,S (contin.ued) J. No portion of the work requiring a shop drawing, sample, or product data shall be started nor shall any materials be fabricated prior to the approval or qualified approval of such item. Iabrication perforined or materials purchased that do not conform to approved shop drawings and data shall be at the Contractor's risk. The Owner will not be liable for any expense or del - due to corrections or remedies required to accomplish confonn.ity. 4 K. Project work, materials., and fabrication shall conform. to approved shop drawings, a"00 N' samples, and product data. 0 0 3.03 REMEW OF SHOP DRAWENIGS, PRODUCT DATA, W _ Ni DRT S ANI, S MPLES - . The review of shop drawings, data and. will be OraN co e with the design concept and Contract Documents. Th y sl" not be it ed- 1. As permitting any departur leCon re itemerr 2. As relieving the Contra ..espon.si '. i r any e , cluding details, dimensions, and materials 3. As approvi.n.g dep from d • s rrnishe a E ngit e except as otherwise provided here " B. The Contrac r� 0 , s espons U r detai a ccurac for rdinating the work with all other associa an trades, for select' ication oc ses, for techniques of assembly, and for per%" •ng w - n sa ma C. If the shop drmjLing�p or sai s a, submi cribe variations and show a departure from the Contra uiremen is Engin s to be in the interest of the Owner and to be so trrino a t o invr n ange i ct Price or Contract 'Time, the Engineer may return t revi d dra�vi s out no ng exception. D. S gill b n o the ac under one of the following codes. Co — " 'O I -,. = PITON ' N MID" is assigned when there are n.o notation.s or comments 49 the submiffid. V en returned under this code the Contractor may release the r"pment or material for procurement. Co "CO1\4-\IENI'S NOTED" is assigned when a confirmation of the notations and comments is not required by the Contractor. The Contractor may release the equipment or material for procuremett; however, all. notations and comments trust be incorporated into the final product.. Code 3 — "CO1\4-\IENTS NOTED!COINFIR:UI" is assigned when a confirmation of the notations and comments is required by the Contractor. The Contractor may release, at his own risk, the equipment or material for procurement; however, all notations and comments must be incorporated into the final product. This confirmation shall specifically address each omission and nonconforming item that was noted. 01.300-Submittals 01.300-5 Jan.uary 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01300 — SITIIAIITTALS (co ntin.ued) Confirmation shall be received by the Engineer within ten (10) calendar days of the date of the Engineer's transmittal requiring the confirmation. Code 4 "CONLIVIENTS NOTED'RESLBMIT" is assigned when Engineer's revie notations and eomnn.ents are extensive enough to require a resubmittal off package. This resubmittal shall specifically address all comments, omissions non -conforming items that were noted. Resubmi.ttal shall be receivec y Engineer within fifteen (15) calendar days of the date of the Engineer's tal requiring the resubmittal. Code 5 "REJECTED/RESUBMIT" is assigned when the tal doesAot in A the intent of the Contract Documents "lie Contrac resub entire package revised to bring the submit nt conforn Y. It may n ssary to resubmit using a different manufa, tore , endor t e the Co t )ocumen.ts.t the Engineer's request, rt, large p sin t4v0 ( more, small submittal packages. Code 6 ---- "RECEIPT AE_, 'LED I assign e aclrno ledge the receipt of a. submittal th ' subjec,� I F,ngmee. ' . v ew anj a p val; and is being filed for info ' , DUMMOs s v. Thi: c c is 9 , ed in acknowledging n field conforinance test is aT m ds of c isT iltli a fety pla E. Resubmitt.als � `ll be n . ii he � e as ft itt.als. On resubmit.tals, identify all revisions inade t bmi.ttals, ea n wittin letter of transmittal., or on th.e shop drawings by us of n trig or other s' i etlnocis. The resubmittal shall clearly respond to each ment. ma e Eng' the previous submission. additionally, direct spec` is a n ion tc� a vision, other than the corrections requested 1)V the Engine on p ous subi s ITS. F. T I m t t tOpt' K ial submittals, and will be the only judge as to the t ess of al.s not complete will be returned to the Contractor and will be sidered " provedsubmitted. The Engineer may at his option provide a list or mark the mittal directing the Contractor tin .o the areas that. are complete. G. Mop drawings and other submittals will be reviewed no more than twice at the Owner's expense. All subsequent reviews will be performed at tirn.es convenient to the Engineer and at the Contractor's expense, based on the Engineer's then prevailing rates. The Contractor shall reimburse the Owner for all such fees invoiced to the Owner by the Engineer. Submittals are required until. approved. 2. :any need for more than. one (1) resubin.ission., or any other delay in obtaining Engineer's review of submittals, will not entitle Contractor to extension of the Contract Time. 01.300-Submittals 01.300-6 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01300 — SITIIAIITTALS (co ntin.ued) H. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, the Contractor shall give written notice thereof to the Engineer at least seven (7) working days prior to release foi- rn.anufaeture. I. When the shop drawings have been completed to the satisfaction of the Engineer, the Con.triet shall carry out the manufacture of products in accordance therewith and shall make no furfk6 changes therein except upon written instructions from. th.e l ngi.n.ee.r. 3.04 DISTRIBUTION: A. Distribute reproductions of approved shop drawings and co approve pro ct data and samples, where required, to th.e job site f n.d el.sewher �. ed by .eer. NO E CTIOff A 6 N*� -Ij 01.300-7 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01300 — SITBAIITTALS (contin.ncd) PROFESSIONAL ENGINEER (RE.) CERTIFICATION FORM Tie undersigned hereby certifies that he/she is a professional. engineer registered in the State of Arkansas and thatt he/she has been umployed by 0 to design (Name of Contractor) (Insert P.I. R.esponsibiliti.es) in accordance with Specification. Section �� for the Fa -etteville 'I`ransfer Station. hn.provenwritslWetal. PuskAtIl. and C lacement. Bid No. 22-47. SO ']'he undersigned further certifes tlta s has p the d the itetn.(s) listed above in conformance with all applicable loc to and TZ&I codes, d reg ations, and that his./her signature and P.E. stamp have be ed to a lc lations r ingsu and resulting from, the design. 0 The undersigned her-Y a t make iginal s rawn an aleulations available to the Owner or Owner's repr ,e . thin seven (7) d wing wr, to •equest therefor by the Owner. CERTIFIED BY ENGINEER: ACKN DGED BY CONTRACTOR: \`b 41 Signature Date Signature Date Address Project Manager's Name Name of Contractor Address 01.300-Submittals 01.300-8 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01781 - PROJECT RE0__)RD DOCUMENTS MMMKONOMMI 1.01 SCOPI3 OF N ORI A. Maintain one (1) record copy of the following documents a.tthe site for the Owner's perio review and use: 1. Drawings showing as -built revisions. 4P 2. Specifications showing as -built revisions. 3+ 0, . Duly issued anal approved bidding a nda. NCP 4. Duly issued and approved Chan c ( s and otl -Or ner-ap modifications to the Contract. 5. Engineer's Field Change c L ncl othc n instru o 6. Duly processed Re or Inform t d docuttWn.P�6 7. Approved Sho ra itfgs, e ubtnittK y king Q , and Samples. 8. Field T -Y . J%I 14F 9. Latest app owed Nre.seed B. '1:'h.e Owner will of ve pro payments rojeet Record Doeumeti.ts are current with cons tru • 'o press. 1.02 REL\,T SE SONS - �i . TSED IF- 1.03 S L,S A. Se ction 0 +00 ubmittal, ubmittal procedures. 13. At con seout, deliver the Record Documents to th.e :E ngineer for the Owner's permanent files. ecord Documents shall generally consist of redlined drawings, specifications, and of rmation as necessary to represent accurately the completed Work. C el all document containers and boxes clearly to indicate their content. kccompany submittals with a transmittal letter in duplicate, containing the following: 1. Date, 2. Project title and project number, 3. Contractor's name and address, 01.781-PrQject.R.ecord Documents, 01.781-1 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01781 - PROJECT RECORD DOCUMENTS (contimi d) 4. Title and number of each :Record :Document, 5. Signatures of the Contractor or his authorized representative certifying that the submittal is complete and as required by the Contract Documents. 't� E. The Owner will not grant Final Acceptance of the project until the Record Documents have turned over to and approved by the ingin.eer. F. Owner reserves the right to withhold reta.inage fees until after the aces , ble Re, ents have been submitted and approved by the Engi.n.eer. os"* PART 2 PIMDIJCTS � NIARI IING DEVICES A. Provide waterproof felt tip section using the following i 2.02 Ell Un C. 3 A. photos; approved equipment submittals; of installed electrical and instrumentation Pin elec onic d rmat shall be provided on compact disk compact disk(Cla), D��D, or euinen.t :Format (.pdf) with borders and title blocks clearly equipment. and the scope of the drawing. lity and size of presentation shall be legible at a. fifty percent (50%) reduction of s, and reduced drawings will. be used for insertion in. Operations and IvIainten.anee ']'he Contractor shall. have the capability of laying out the Work and recording i.nfon-nation. for the Record Documents using a survey coordinate system established by the Engineer. Layout and recording as-builts shall be accomplished using total station or global. positioning system (GPS) equipment.. 01.781-PrQject.R.ecord Documents 01.781-2 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01781 - PROJECT RECt�RD DOCUMENTS (contimi d ) P XRT3 EXECUTION i)tI:1'�i'I'l?l�J;NCI:? ()F I)C)C:i_1IEtiI'S AND 5A11%IPI-,I:S A. Store record documents and samples in the Contractor's field office apart from documentsus for construction. 1-. Provide files and racks for th.e storage of documents. 2. Provide locked cabinet or secure storage space for the st.orag Yamples. B. File documents and samples in accordant ith CSI Porn a C. Nfitintain docrun.ents in a clean, dry, gib onditio , an in good er. Do not use Record Documents for construction pur D. Make documents and sampI va a le at ° for the sl tion by the Engineer or the Owner. ff I . As a prerequisite to. ly ) s, yrnents ntra exhibit the currently updated record d is for e w of tit neer 7...er•. The failure of the Engineer a/or e to rep e dot shall6votr-ve the Contractor of the responsibility bed available and e. 3.02 RI IqG A. Label each docu and sample 1 7JI?C"`I` I _ )" with a rubber stamp. B. Record `neon n mont � PConcurren rth construction progress. Do not conceal any work ur .. he required `s c r•ded. C. r (hard }. -,egi . 1na . n ul.l.-size drawings to record actual cotrstr•uction noting an -iation ` 1 in als, equ e conditions and dimensions for the following: 1. E v f various structure elements in relation to elevation datum. evati.ons referenced to control points established by the Engincen b. Elevations of all structural finished floors and tops of concrete. c. IIevati.ons of all. weirs and other flow con.tr•ol. devices. d. Bottom of pipe (B/P) or top of pipe (T/P) elevations for all exposed piping, indoors or outdoors. 2. All underground piping with elevations and dimensions, changes to piping location., horizontal and vertical locations of underground utilities and appurtenances, reference to permanent surface improvements, actual installed pipe material, class, etc. 01.781-PrQjectRecord:Documen.ts 01.781-3 January 2025% City of Fayetteville, Arkansas Fayetteville Tratisfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01781 - PROJECT RECORD DOCUMENTS (continued) a. T'op of pipe or top of concrete (TOC) elevations for all underground pipelines or encased pipes or conduits exposed during construction, whether installed or not. On straight runs of new pipe or conduit, record at least one (1.) T/P elevation every 100 feet of pipe or conduit. b. Coordinates and elevations of site piping, electrical conduits and duct banks, inel.0 starting and ending points and directional changes. Record the horizontal 10 0 every piping or conduit bead (vertical or horizontal), valves, other fittings, 0 ..ty items exposed during construction, whether installed or not. en long, ns of pipe or conduit, record similar information between b and other r at least once every 200 feet. c. L.ocate all underground util tructures , cles, a oun.tered during construction, whether bein ins ed or ja the in, dicated above for underground pipes and eb 3. All embedded, buried a ,o. ealed f f mec a.. iping, site piping, electrical conduit, and structur° er edme nt° s elcva.tio dun 5ions. Reference to a. perrn.atrent surface isro ement o is le featr • l rams rizontal and vertical locations of ni.n - s, uncle o trd utiliti c , nnu Note actual installed pipe materiaZ,7 etc. 4. Depth odements in relatij ound ele a n. 5. Field changes o d barons and %$,� 6. Changes m° Field Cha R -der or by ge Order. 7. Details n the or'9 ntract Do ts. 8. °nt and catictr 1). S c' ati.ons an. en.da: gib. mark each Section to record the following;: 1.. Ul t ,trade Warne, catalog number, and supplier of each. product and time of eq t. actually installed. made by Field Change Order or by Change Order. p Drawings and Submittals: After final review and approval. of shop drawings and other material and equipmentsubmittals, provide the following: 1. One (1) hard copy set of Engineer -approved shop drawings and submittals for each piece of equipment, piping, electrical system., and instrutrr.entati.on system. 2. One (1) el.ectron.ie copy of .Engineer -approved shop drawings and submittals with the electronic file naming system equivalent to the submittal logging convention detailed in Section 01300, Submittals. 01.781-Project Record Documents 01.781-4 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 01781 - PROJECT RECt�RD DOCUMENTS (contimi d) DELIVERY OF :PROJ:EC`:1' REC(_)M-) DOCt MEti'FS A. Record documents will be used to verify and document progress as stated in progress payment request.. Work not included in the record drawings will not be included for payment in progrew payment requests. B. Prior to the Contractor's request for a notice of Substantial Completion of any area or s '2 th.e project, th.e Contractor shall. transmit Record Documents to the Engineer. rd documents shall include a statement indicating completion of record nfonna n ' ecific areas or, if for project closeout, that th.e documentation is co cl and .in. I' ce with Contract requirements. C. Re4-ise record documents as a result of c nges ina scovere g project closeout and/or commissioning. + Ii+ SEC 781 D X �16 10% N 01.781-Project.R.ecord Documents 01.781-5 January 2025 City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Cliute Replacement SECTION 01781 - PROJECT RECORD DOCUMENTS (continued) (j1.781-13rQject.R.ecord Documents 01.781-6 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement P:YRT I GENERAL 1.01 SCOPE OF WORK A. Furnish all. labor, m.aterial.s, equipment and incidentals, and demolish selective portions of wo - shown on the Drawings and as specified herein. � B. '1:'h.e work shall include selective demolition of portions of existing buildings, foundati s, and other items encountered during construction activities. C. Exceptas noted, dispose of all demolished materials and other s fl=site. D. Coordinate demolition activities with the tg operati ie Trans on and 1-laterials Processing Facility. Exercise due con ern the exis g acilities a e ipment to remain in operation during construction ac t all. co tr n. and ion activities toward maintaining continuous operatio inimi• is tions. 1.02 RELATED SECTION S A. Section 01110 Sun Work 6 B. Section 0130 b. i is 1.03 DEFINITION. A. Remove: 12em.oi e an lly cusp e o ems ex se indicated to be reinstalled, salvaged, or to remain the Cr's propert B. Remove an S 1 ge: Itc ated to be -ed and sa.h aged rc'xtraui the One's property. Rcmov, can, and pacD�c c items t rotect. against damage. Identify contents of containers and r (_)w Cvnatedss g rea. C. IZ e and Rei s .. R.emo ite s indicated; clean, service, and otherwise prepare them for reuse; store thDrawirigs. protect against , mage. Reinstall items in.the same locations or in locations indica 0 D. Rem eNWa d Replace: Remove and legally dispose of items and replace with new items as i r .sting to.Remain: :Protect construction. indicated to remain. against damage and soiling during Selective demolition. '%7hen permitted by the Engineer, items may be removed to a suitable, protected storage location during selective demolition, and then cleaned and reinstalled in their original locations. 1..04 MAT R:IA:I..,S OWNF RS:I-IIP A. Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain the Owner's property, demolished rn.aterial.s become the Contractor's property. Remove 020?0-Selective Demolition 020?0 1 7aruia.y 2025 City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 020 7 it SELECTIVE DEMOLITION (coMimied) demolished materials from the site with. further disposition at the Contractor's option, subject to any restrictions indicated herein or in other sections of these Specifications. B. At least 48 hours prior to commencing demolition or removal, notify the Engitieer in writing of the proposed schedule. The Owner shall inspect any affected -existing equipment and ident those items that are to remain the property of the Owner. 'tio removals sliall start Nvi authorization from the Engineer. C. Any such tnateri.al. datn.aged clue to improper handling will not be acceaked and t neat value of the material deducted from the payment to the Contractor 1.05 SUBN-IITTALS A. See Section 01.300, Submittals for submit cedure B. Submit a schedule of selective c i activiti d ating th ing: L Detailed sequetice of se emoliti J. ernova -, with starting and ending dates for each a.ctivit.v_ 2. Sequence of s e dem i s a l i.denti 'otit i eans and methods for demolition xistiin Tra , er Sta.t.io e rate we n surface and shall clearly desc6b, �v existing co e subflo e prot ed Ti damage during demolition activitie 3. Contractor shall A ate the sed d o ' means and methods on an area of the existing corwret oor sel A by the Oc purpose of the demonstration shall be to eonfir t 'ontiactor' o ed den r7eans and trtethods do not result in damage to the i a toner At fl or. 4. *C becu ation o ' O conti t ' ccupaticy of portions of existing site and of Owner's mplet c ' C. SAWR an ityvtito i.tein.s t4kelmoved and salvaged. D. Coordi#li the Owner to prepare an inventory of items to be removed by Owner. E. Sub liotographs or videotape, sufficiently detailed, of existing condl.tiotls of adjoining is - anon and site improvements that might be misconstrued as damage caused by selective lition. operations. lox"" . Provide Record Drawings at Project closeout in accordance with Section 01781, Project Record Documents. Identify and accurately locate capped utilities and other subsurface structural, electrical, or mechanical conditions. G. Provide copies of disposal. records indicating receipt and acceptance of hazardous wastes by a Landfill. facility licensed to accept hazardous wastes. 020' 0 Selective Demolition 02070-2 7arrillary 2025 City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 020 7 it SELECTIVE DEMOLITION (coiitimied) 1.06 QIJALITY A.SSI_JR.�NCE A. Regulatory Requirements: Comply with governing EPA notification regulations before starting selective demolition. Comply with hauling and disposal regulations of authorities havin jurisdiction. 1.07 PROJECT CONDITIONS A. Provide notless than a 48-hour notice to the Owner prior to th.e corvine ement o ` t on or removal work and notify the Enaineer in writing of the propose =olition s Owner shall inspect the existing equipment and identify those itetn.s e to remain o he Owner's property. No removals shall be started wl ut the pe,'rmissi o1 e Eng C B. Owner will occupy or continue to utilize ions of tic si - immew 'ly lacent to selective demolition areas. Conduct select.,, aolition sot5tilcs er's op will not be disrupted. Provide not less than O.n a 48-hot tha ect Owner's operations. C. ']'he Owner and I",ngin.eer a f4h no respor s for actu ition t blll.lCl1.17.gs, structures or equipment to be selectiy polished. caner wi i tain b g and site conditions existing at the time o g insoft a. e i.cal. er, �% ' �t` ithin a structure or at the site ma.y occur the s o - olition D. Storage or sa oved items or materia - e will n permitted. *t 6 E. Th.e Contractor shall. , Nqued to . i so ice of I '01) to retn.ove asbestos containing materials, prepare an b• -.ement plan i accorda - nth state and fcdera.l regulations, and accomplish the r 7al of ashes s ntaining •ia.. accordingly. Asbestos abatement shall conform to 'ing:.. X 0 1. f1r sas ollutio4oVA3SI & Eco g_ y ommission. Re ulat.ion 21 - iVkansa.s �sbest.os g l to nt Rem t 2. S. Depar tr of La r, ccupatiotial Safety and health Admitiistratioti, 29 CFR 1926.11. , Asbestos. L08 IWVARR. ti " A. 1, r. Special. Warranty: Remove, replace, patch, and repair materials and surfaces that are cut malted during selective deinoliti.on by methods and with materials so as not to void existing irrant.ies. 'IF I'& D 41\ N 02070-Selective Demolition 02070-3 7aruiaiy 2025 City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 020 7 it SELECTIVE DEMOLITION (coii hutted) PART 2 PRODUCTS 2.01. MATERIALS A. i_'se repair materials identical to existing materials. L Where identical materials are unavailable or cannot be used for exposed surf materials that visually match existing adjacent surfaces to the fullest extent possib 2. Use materials whose installed performance equals or surpass , tat of exis •ials. PART 3 EXEICUTION 1.01 EXAMINATION A. Verify that utilities have been di, a." ted an 1 B. Survey existing conditions rxela.te Uirem icated to determine extent of selective demolition req ` C. Inventory- and recor h condit' . o s to be rr 17ed an e ed and the condition of items to be ren alvag D. W'hen unanti ated tnec ica electric s ctural is are encountered that conflict with the intend d fun .' n o es gn, ' i e and me• . • t c nature and extent of the conflict. Promptly submit a wit r •epor t to the . veer. E. Survey the c d r of the bu' to deterr ' ther rumoving any element might result in structural d r e cy or u e collaps portion of the stricture or adjacent structures during ecti- emoliti F. P eys ark ' � s detect hazards resulting from selective demol.i.tion. 3.02 PREP: A. Drain r otherwise remove, collect, and properly dispose of chemicals, gases, explosives, acids, flsI °s, or other dangerous materials before proceeding with selective demolition operations. 13. Not close or obstruct streets, walks, or other adjacent occupied or used facilities without rmission from the Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by the governing authority or regulations. C. Conductt demolition operations and remove debris to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. L Do not close or obstruct streets, walks, or other adjacent occupied or used faci.liti.es without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. 020' 0 Selective Demolition 02070-4 7aruiary 2025 City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 020 7 it SELECTIVE DEMOLITION (coMimied) D. Conduct demolition operations to prevent injury to people and damage to adjacent buildings and facilities to remain. Ensure safe passage of people around selective demolition area. 1. Erect temporary protection., such. as walks, fences, railings, canopies, and covered passageways, where required by authorities having jurisdiction. 2. Protect existing site irn.provements, appurtenances, and landscaping to remain. � 3. Provide temporary weather protection, during interval between demolition and r- of existing construction., on exterior surfaces and new construction o ensur o water leakage or damage occurs to structure or interior areas. E. Provide and maintain interior and exteri. shoring, brae` or tructu al ort to preserve stability and preventmovement, settlem t eolla.pse o u g to be Y c ely demolished. 1. Strengthen or add new supp%t:° ien required ci � )rogress -= etive demolition. 3.03 UTILITY SERVICES (3\ A. Maintain existing utilltie ted to r a service, tect th gainst damage during selective demolition iS. 0 B. Do not. uit.erni t is itilitic4 cry g ocell operat' g fa ` ' cs, except when authorized in writing 1) and authorl l.es hm i r diction. vic e temporary services during interruptions t existing N e as ace c lc caner overning authorities. C. Provide not less than 4 hour no ice Owner s rtdown of service is required during changeover. C AG with th er to shu illt.ies serving structures of the existing facilities as pmui y the de n op at' D. Be sole esp isible AMT. - g all ne ssary arrangements and for performing any necessary work ' -o A in c 1 withh. ontinuance or interruption of all public and private r ser�.•i s t e j 1r rr th.e utility companies. E. All tilities I ng abandoned s be disconnected anti terminated at. the service mains in corrfor aItthe requirements of thefranchised utility companies or the municipality, owning or coat he utility. F. _ - equirements: Refer to Division 2 for cutting, plugging or relocation of existing buried g. 4 POLLUTION CONTROLS A. Use water mist, temporary enclosures, and other suitable methods to limit the spread of dust and dirt. Comply with governing environmental protection regulations. Do not use water when it may damage existing construction or create hazardous or objectionable conditions, such as ice, flooding, and pollution. 020'0 Selective Demolition 02070-5 7arniary 2025 City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 020 7 it SELECTIVE DEMOLITION (coMimi d) B. 3.05 3.06 C. A. Remove and transport debris for disposal in a manner that will. prevent spillage on adjacent surfaces and areas. Clean adjacentt structures and improvements of dust, dirt, and debris caused by selective demolition. operations. Return adjacent areas to condition existing before start of selecti demolition. Xi7!� NSI SELECTIVE C"T'IVI DENNIOL:IT'ION Demolish and remove existing construction only to the extent re d by new+',* tion and as indicated on the Drawings. Use methods required to co60�-'ork ,thtions of governing regulations and as follows: 1. Proceed with selective demolitio sys ;ati'-Zallv GO2gher to l ve evel. 2. Neatly cutt openings and ho n �, Sql 3 a rue to d ns required. Use cutting methods least likely to d e constr to rema • adjoining construction. To minimize disturbance cent s 1 use han all. owes• tools designed for sawing or grinding, nmering n Hopping. area is 1. r of fl r in.aterials. At concealed inditio and nts of hidden space before i rtalle fijkppression devices during flaine- 3. Do not use eu i t rches spaces, sue s iL end pi starting 11- in operatic cutting o 'rations. 4. Nfitintain adequate v tilation 5. Remov, a d, v` enn promp y i, ose of 6. J-.0ta&selective a rtion. tsrng cutti c es. r e dangerous or unsuitable materials and t throughout the structure and remove debris and loads on supporting walls, floors, or framing. 7. eturn e me , of const and surfaces to remain. to condition existing before start of select` molition operations. A. IRn e and dispose of or salvage existing north metal push wall and south metal push wall in the sfer Station, the existing metal chute in the Waste Pit, and the existing handrail and ladder hind the north metal push wall, taking care to ensure that the surrounding structure is not damaged during demolition activities. Following the removal and disposal or salvage of these i.terns, the Contractor shall. high pressure power wash. these areas such that they can be inspected by the Owner and the Engineer prior to the replacement of these proposed improvements. The Contractor shall also high pressure power wash. the existing elevated concrete beams located on the north and south ends of the Waste Pit for inspection by the Owner and Engineer prior to the beams being armored with mild steel plate. 020' 0 Selective Demolition 02070-6 7arurrary 2025 City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 020 7 it SELECTIVE DEMOLITION (continued) B. Demolish concrete and masonry, in small sections. Cut concrete and masonry at junctures with construction to remain, using power -driven masonry saws or hand tools; do not use power -driven impact tool.s. Refer to Division 3 for cutting and repair of existing concrete structures. C. Break up and remove concrete foundations and slabs on grade, unless otherwise shown t.o remai D. Remove structural framing members and lower to ground by means of hoists, derricks suitable methods to avoid free fall and to prevent ground impact or dust generation. I. i_inless otherwise approved bythe :Fn.gi.n.eer, remove concrete, brigkiljile,con.crJaother r roofing materials, reinforcement, structural or miscellaneous metals, plas ire meshitems, whole or in part, as shown on the Drawing 3.07 1\•1ECI 'tiICAI REMOVALS —1_tiOT i_ . 3.08 ELECTRICAL REMOVALS --- D 3.09 PATCHING til) RI:Y SIRLc� A. Promptly patch and rel i oles an •ta ed surf caused 4o ent construction by selective demolition ons. B. Where repa.i o , Ai g stir . re reel c tch to rod surfaces suitable for new materials. C` y f holes and depr .. ` ir7 existi Q sonry walls to remain with an ffl%approved ma.. nrt a c g ma r'l p red g to manufacturer's printed recommendations. ("'b Vik�� C. Restore exposedNO! ies of pat r c s and a nish restoration into adjoining construction to remain i a that 6 ' in, es evid c atching and refinishing. 3.10 ASBES H� NDLI DI. P NOT USED _._ 3.12 DISPOSAL,_ N DEMOLI:SHED N AT RIALS J A. Gene. inptly dispose of dem.ol.ish.ed materials into Owner -provided waste containers. Do now c e�rnolished materials to accumulate on -site. On -site storage or sale of items removed ruing: Do not burn demolished materials. Disposal: The Owner will. transport demolished materials off -site. 3.13 CLEANING A. Remove from the site all debris resulting from demolition operations as it accumulates. Upon completion of the Work, remove all materials, equipment, waste and debris, leaving clean, neat and orderly premises. 02070-Selective Demolition 020?0-1 January 2025 City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Cliute Replacement SECTION 020 7 it SELECTIVE DEMOLITION (continued) 020' 0 Selective Demolition 02070-8 7arnialy 2025 City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 02316 STRUCTURAL EXCAVATION BACKFILL.ING AND C-R:ADINc Y MI T 1 GENERAI-: 1.01 SCOPE QF WORK. A. Furnish all labor, materials, equipment and incidentals necessary to perform structural exeavati work. grading; placement and compaction of bacicfill and embankment fill; and the removat disposal. of unsuitable, waste and surplus excavation materials. B. Furnish and install temporary excavation support systems, includine sheetir _and bracing, to ensure the safety of personnel and protect adaac,Z structures, etc., it] accordance with %deral, state and local laws, regulations and ants. 1.02 RELATED SECTIONS NOT USED 1-.03 RI FERENCIs S'I:�NDAIUM A. American. Association of State ay and ` ` a r•t<ttIon, C is NWS (AAS:I-I'1'C)'}, latest edition: 'Q� 1. AASII'1'0i1.157 rd Specifi.Qa t2f6r 0 ?vl ��vZr F, b ents and Subgrades 2. AASI-I'I'O .M � '+ tan.da .'pJcation .ssifica , oils and Soil -Aggregate 3. AASII'fC �I1-46 Ndill a o Speci m °o f 'len mg to Subgrade, Soil -Aggregate, Malc 4. .A-'\.SHTO Standar e, od of Te - oisture-Density Relations of Soils Using a �.5 -g . --lb) - a and a 305-mm (12-in.) Drop 5. TO 180 Srd'_1\4ct o of est for N'Ioist.ure-Density Relations of Soils Using 54-k miner and a 457-tn.tn. (1.8-in.) :Drop 6. ASII"I'0 T: Stanc d , ecification for In -Place Density and Moisture Content of Soil an( , oil -Aggregate by Nuclear Methods (Shallow Depth) B. Americ rety for Testing a.nd l\ilaterials (ASTLVI), latest edition: M C33 Standard Specification for Concrete Aggregates ASTNI:D698 Standard ' est Nieth.ods for I<aboratory Compaction Characteristics of 41Soils Using Standard Effort (12,400 fl-lbf/W (600 kti-mime}) 3. ASTMD1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbff " (2,700 kN-m1110)) 4. ASTM D4318 Standard Test Methods for Liquid Limit., Plastic Limit., and Plasticity Index of Soil 02316-Structural.Excavation, Backfilling 02316-1 January 2025 and Grading City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 02316 STRUCTURAL EXCAVATION BACKFILL.ING AND C-R-ADING (continued) 5. ASTMD6938 Standard Test Method for In -Place Density and 'Water Content of Soil and Soil -Aggregate by Nuclear NI'lethods (Shallow Depth.) C. Occupational Safety and Health Adm.in.i.stration. (OSI-IA), latest edition.: L All excavations and support systems shall. conform to applicable OS:I-IA. ex NO trenching;, and shoring standards that are contained in the i_ S. Code of :Federal � ns 29 CFR 1926.650-1926.653, and other federal, state or local requirments. e t of a conflict, comply with the more restrictive applicable requires s. 2. ']'he current edition. of Oecupatio Safety and. � tlr Adam `s Standard for Excavation and Trench Safety Syst CFR 192 . art P, is € ` _ lly incorporated and made a part of these specifications contrac o eras as ur d h}-Arkansas Code Annotated 22-9-212. 1..04 DIFINI'.I':IONS A. NVIlere the P hrase "in-th is used i S p eeifr a , it shell efin.ed to mean a soil condition where the ` toistur co t. of the r, o in - o percent (2°'0) above the optimum m.ois tent o at I'lre o mois e it shall be as determined by the labora,19,151 es o them u -density reship pro e to the specified level of compaction, i er rise recommends geotec c sport. B. NNhere used in this p ic, ion sr -s refers )uildings, wet wells, manholes and below grade vaults. -ater s ctur and du, are not considered "structures"" in this context. 1.05 SUBN-IITAf A. Se 130( L a s fort, i procedures. B. Si the propo ° rrlethod, of nstruetion, including excavation, backfilling and filling, compaction, 4d designs for exc -ation support systems for the various portions of the Work. Review l Fngi.n.eer will be for infonnation purposes only. Contractor shall remain. respon - r the adequacy and safety of construction means, methods and techniques. C. ie proposed methods of excavation, backfilling and grading for all structures. N mit an excavation. and trench safety- plan for excavations greater than. or equal to 5 feet deep. Submittal of the plan shall be for the Engineer's review for information purposes only. Coordinate with th.e requirements in. Section 02250, Excavation. Shoring and Protection. E. Furnish test data to indicate compliance of all earthwork materials, placement, and compaction methods with. this specification., including off -site material proposed for the Project. 0231.6-Structural. Excavation., Backfilling 0231.6-2 January 2025 and Grading City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 02316 STRUCTURAL EXCAVATION BACKFILL.ING AND C-R-ADING (continued) 1.06 QUALITY ASSURANCE A. Responsibilities for providing the quality control. and quality assurance testing activities are defined on the Plans. B. Furnish manufacturer or supplier certification for all products and materials from off' -site sou 6 for approval. by the Engineer. :Materials shall include but not be limited to select mate and crushed stone. Provide initial material certifications at no additional cost to the 0 L 07 PRO JEC T SFl E CONDITIONS A. Subsurface Conditions 1. Th.e availability and reliability of geo nical an of r substirf e r formation. known. to the Owner is defined in SeQti 800, Sup e ary Con s. Do not assume that materials other than those by tl 1 iings or s will not. be encountered, or that the proportions or c.. ra er of thelua rnateria , w not vary frorn those indicated in the geoteclmical inv ti, on repo conclus' awn t - the Contractor from the investigation. report ' i ng the e a r of the I s to lie untered and degree of difficulty to be in the c lance ork a. t responsibility of the Contractor. 2. The Co is encouraged to an in dent subsurface investigation. Coordina access t sib with , r. 3. No claim for ext • - rnpens ` n o extensi. f "tie will be considered because of any variation 'lha' soil, or ti e-ondition cribed in the geoteclrnical report to that encour a tiring cods rc n. - 1.08 CQQ A N A. to the o is S n r e work of other sections. Verify at the site both the dr ions and - of o ert ades acljoin.i.n.g items of work rn. this Section before commencein t. of items herein s - lied. B. Furnis Wertinent trades all items included under this Section thatt are to be built into the wor t er sections. IQ, 1.09 D NMASUREMENTS Tr �. Take field measurements at the site to verify or supplement indicated dimensions and to ensure proper coordination of all other construction. items. 02316-Structural.Excavation, Backfilling 02316-3 January 2025 and Grading City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 02316 STRUCTURAL EXCAVATION BACKFILL.ING AND C-I21ADIN(--� (cmi inued) Ml T 2 PRODUCTS 2.01 COMMON FILL A. Common Fill: Soil tn.aterial. substantially free of orgatue materials, topsoil, wood, peat, l.oat trash or other objectionable materials that may be compressible through decomposition oi*Abi may not be properly compacted. Common fill shall. not contain rocks or stones larg inches in the largest diameter and sliall have a rn.aximum. of 75 percent (75"0) passing 40 sieve and a maximum of 20 percent (204%) passing the No. 200 sieve. (Ammon " ave a maxitn.um liquid limit of 45 and a maxitnutn. plasticity index (PT) 5 (per AS'. 8). 13. Common. fill shall. not con.tain granite bl As, broken. co asonty- r other sim.il.ar materials. It shall have physical propei-ti that it can IN spre° ompacted during filling. Snow, ice and frozen. soil are of i.itted. bj to the E. in is approval, native material. (excludi.n.g sandy, lean clay orrnitig t th •equiretn y be used as common. fill. 2.02 SELECT B-,,CKFILL A. Select Backfill: Sel- ill mus c t e of so(. t s, to r other perishable or deleterious matter. be a •anu aterial axiin le size of 3 inches, well - graded from oa t f Y. The -Yle materia confo to TO classification A-1, A- 2-4 or A-2-5, e Ygmeer's approv y or gra e clay conforming to classification A-2-6 or A-6. 'he fo-11 N a fttional c app 1. Select baekfill tr a ` �.e al classd . AA.SI ' -6 may be submitted for review and evaluation l Engineer vt A that it 1 p astieity index less than 15, 2. Select ii `11 mate " shied as TO A-6 may be submitted for review and ev • tion )v the providec hat it has a. plasticity index less than 15, uat.ion f - or A- - at s all not imply any obligation of the Engineer to accept or use .in ork, 4. C is e eenings, including neph.eli.ne syenite granite fines (Donna Fill') will not be al s select fill or ba.ckfill material, Contractor shall furnish certified test results to indicate compliance of select material. Nfrom off -site stockpiles with this specification at no additional cost to the Owner. 6. Select ba.ckfill with more than 30 percent (30?%) retained on a. No. 4 sieve may be tested in accordance with AST \1 4 D 1557. 02316-Structural.Excavati.on, Backfilling 02316-4 January 2025 and Grading City of Fayetteville, Arkansas Fayetteville Tratisfer Station Improvements Metal Push Wall and Chute Replacement SECTION 02316 STRUCTURAL EXCAVATION BACKFILL.ING AND GRADING (continued) 2.c) q CRUSIIED AGGREGATE (COARSE, DRAIN DILL) A. 3.01 A. B, 3.02 A. Coarse I.}rain :Fill: Crushed aggregate shall be well graded, hard, durable, angular or subangular particles ranging from 3/4-inch maximum diameter to the No. 4 sieve. Unless othenvise approved by the Engineer, the tn.aterial. shall meet th.e requirements of A.S'IXI C",33, Gradation 67 for coar aggregate. EXECUTION PREPAR;�I'ION Test Pits 1. Perform exploratory excavation ork t pits) f tlr urpose o in.g th.e location. of underground utilities and sttc nd to ch k ' n.kno�n. i s and structures, prior to commencing excavation 2. Backfrll test pits as so a e desir-Y rnation h 4 obt ' ed. Stabilize backfilled surfaces in aceorda r apprm, a sroti. artd e ' tatio�n ol. Dewatering; and I Syst s 1. Tempor, terj ng and drainage shall place and operational prior to beginnin xcavatio 'ork ej EXC"AV'.4QJQN SUPA Furnish, in.s ' or an4 i excka port (e.g., shoring, sheeting, bracing, trench. boxes, etc.) a quired ; e -al, state cal laws, ordinances, regulations and safety require ts. , upport S 'S of ex ca pion, to preventt any movement that could in any way redu e -idth. r cavation a that necessary for proper construction and protect J= strue undo n e crnent or other damage. Take care to prevent the fo on of voi s ide of, eet' g. If voids occur behind sheeting, immediately backfill. and compact the aids with cornrno ill material. Fill voids in locations that cannotbe properly backfi.l c tnpacted with lean concrete or as indicated by the :F n.gi.neer. B. Insi, Nation supports outside the neat lines of foundations. Supports shall be plumb and t braced and tied in position. Excavation. support shall be adequate to withstand all. €, ures to which the supports will be scrbjc ctecl. Correct any movement or bulging of supports proA,-i.de the necessary clearances, dimensions and structural. integrity. 4% . Excavation Supports Left in Place Excavation supports that are required to remain in place, if applicable, are indicated ot7 the Drawings. 02316-Structural.lxcavati.on., Backfilling 02316-5 January 2025 and Grading City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 02316 STRUCTURAL EXCAVATION EACKFILL.ING AND GRADING (continued) 2. The Owner or Engineer tn.ay direct that certain excavation. supports remain in place or be cut off at any specific elevation. If the Contractor believes that such a. directive increases Contractor's cost and would thereby entitle Contractor to a change in Contract cost, Contractor shall notify the Engineer in accordance with.liticle 11 in the General Conditions pertaining to changes in the Work. 3. 7'h.e right of the Owneror :Fngin.eer to direct that certainexcavation supports retn.ai.... shall not be construed as creating any obligation on the Owner or Engineer to ch direction. Furthermore, failure by the Owner or Engine to giv- dir- 11 not relieve the Contractor from liability for damages to persons roperty o from or upon the work occasioned by negligence or otherwise, gr o t o1' a failure the part of the Contractor to leave .in place sufl: ' nt excavatio to pr y rn.ovetn.ent of the ground or damage to adjacent s S. D. Remove excavation supports eared in such r nn o as not s nger the 4N'ork. or other adjacent structures, utilities, or Fill or eft: or s y withdrawal of supports immediately with lean concrete r , c irecte y Engine . 3.03 STRUCTURAL l<,XCAN PROC -, L.- .S � A. Excavations for stuOWiis slral e )ly wi AqAonstr i Mhe structures including excavation s 3 ew tering draiage s, and r A earances. I3. Perform excaw, tion in-ttaii y tjrd ace s s ch by ds that preserve the undisturbed state of subgrade soi . age andBring syst all be in place andoperational prior state of subgrade soi . to beginning exeavati rk.:In cas .°ball th 1 e plowed, scraped or• excavated by any means so near to ished sub do .ha.t wool r• the finished subgrade. Hand excavation of the final es m4y, r 1 fired t o s satisfactory, undisturbed subgrade. Rettrove subgrade soils at beco loose, , or otherwise unsatisfactory for support of structur eca se of in- e excav tr r, dewatering, or other constriction methods. Replace sub r teria w ` r shed A ject to prior approval by the Engineer, and at no d 1 cost t t ier. C. Subgrade Pr ara.tion: Unless o wise shown on the Drawings, compact the subgrade for all StrLlcttt S wS: 1. tpact the top 12 inches of subgrade to a minimum of 1004,o standard proctor in accordance AASHTO T99 (AS 1'M D698). Where structures are supported by piles or drilled shaft piers, compact the top 1.2 inches of subgrade to a minimum of 95% standard proctor in accordance with AuNSHTO T99 (AST1-I D698). 3. Where existing subgrade contains a significant amount of clay or cohesive soils, over - excavate sufficiently below the bottom of the structure and place a 6-inch minimum working mat of crushed stone or lean concrete. Prior to placetn.ent of the working tn.at, compact the top 1.2 inches of existing subgrade to a minimum of 100% standard proctor in accordance with AASHTO T99 (ASTM D698). 02316-Structural. Excavation, Backfilling 0231.6-6 January 2025 and Grading City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 02316 STRUCTURAL EXCAVATION BACKFILL.ING AND C-R-ADING (continued) D. When excavations have reached the required subgrade, including any allowances for working mats or base materials, and prior to the placement of working mats or base materials, the Contractor shall notify the soils testinglaboratory y to verify the suitability of the existing subgrade soils for the anticipated foundation and structural loadings. NN'lien directed by the Engineer, tl e Geoteehnical Engineer shall inspect the subgrade for conformance with the specified subgrac preparation requirements. If the existing subgrade soils are dete;nnined to be unsuitable Engineer will. provide direction regarding removal. and replacement with suitable inat Contractor believes that such a directive increases Contractor's cost and would tiler le Contractor to a change in Contract cost, Contractor shall notify, the EngAieer in • with Article 11. in the General Conditions pertaining to ch.an.ges in th.e 1 . Over -excavation beyond the l.im.its a . nal th.s required'b ..e 'otrtra ments shall. be replaced at no additional cost to the Ow edding roe t er app v aterial subject to the prior approval of the Engi.n.eer. 3.04 GENERAL FILLING .ND Bf1 ING TEES A. Place fill and backfill mate ` is ' iifts to specifre actio equirerner° nts to the lines and grades required, m r Ilowance. o settlettr t ace nne cover materials (i.e. topsoil, sod, etc.). C ft spots i e mpa.ctc by re r B. Do not place ill a ill m r` s on fro• -aces,<Qr su es covered by snow or ice. Fill and bac - ial aliall be free of sn and froz th. C. Compact each layer to a mass not less e minimum density specified. The moisture content of cg eted ba ill . all be `n vo percent of the optimum moisture conten 41 t� D. Compact Iil p r d acljac t uctures bN s of manually directed power tampers or plate vibrator Un css oth `4 specific approved by the Engineer, do not operate heavy e t i t elud` b noe ttr�i ec ower tampers, vibrating compactors, or manually re -ibrato ; with` fe v structure. Do not operate towed or self-propelled yr g rollers 4 to 64 t d meter drums) within 1-0 feet of any structure. Compaction by means of -op weights opera r from a crane or hoistwill not be permitted. Maximum layer th.i.ckrr s i.fr for hand compactors or tn.an.ually directed power tampers shall not exceed 6 inches. w 3.05 F -, - 'D B ACI�FILL PROCEDURES and backfi.11 material placed i.m.mediately adjacent to and within l0 feet of all structures shall. be select fill. Complete all watertightness tests and damp proofing and/or waterproofing prior to placing fill or back -fill around structures. Backfill tn.ay be placed prior to testing with. the approval of the Engineer. Place and compactselectfill in even lifts of 6 inches (compacted thickness) uniformly around th.e structure. B. Common fill maybe used in areas beyond those designated for selectt fill unless shown or specified otherwise. Place and compact common fill. in even lifts having a maximum thickness (measured before compaction) of 12 inches. 02316-Structural. Excavation, Backfilling 02316-7 January 2025 and Grading City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 02316 STRUCTURAL EXCAVATION BACKFILL.ING AND C-R-ADI- G (continued) C. Fill. required beneath building slabs or slabs on grade (except sidewalks) shall be select back -fill, or as shown on the Plans. Place and compact structural fill in even lifts of 6 inches (compacted thickness).as specified on th.e plans. On -site material considered for use as select .fill. beneath building slabs may be submitted to the Engineer for review but shall not imply any obligation f the Engineer to accept itfor use in. the 4N'ork. 3.06 1 iL BA:tiKM1 7' F :II..1... PltOC"I;.I)I..TRI S A. Prior to placing embanlanent fill materials, remove all organic materials Acluding t oam) and loose inorganic silt ln.aterial (loess) from areas beneath. the osed elnb If the subgrade slopes are excessive, construct steps in the subgra oduce a sta horizontal surface for the plaeern.ent of embankment terials. Scar'f', a r compa t isti.n.g subgrade to a depth of at least 6 inches before pla first lift alnktmen s directed by the Engineer. B. Embankment fill shall consist o n fill ris laced pacted in even lifts of 12 in.clies (eom.pacted thick-ness). C. Rock may be used in ems t fill o , X prior, yr rova he Engineer. 5 p pI1 � g 3.07 IMPERVIOUS ICI 0 A. Place impery in gontrolled, eving a n um thickness (measured before compaction) o 6 inches 'ontoacti.on ffici tain a permeability of less than IX10-7 centimeter sc B. Maintain. them i content of p °ious fill g placement and comlaction at or near its optimum m tent 4u o 3°i�) 3.08 SOIL CO; A _,TIC)NN A. t feet es: p e op 12 inches of existing subgrade and each lave of ackfill to s imultl 95 ercent (95�'0) standard proctor (AS'I'11 D698) at or near its optimum mo ure content. B. Emba lk (except under roadways), lawn and unimproved areas: Compactt the top 6 inches OsubgOf e rade and each layer of fill or bacldill to a minimum of 95 percent (95°io) standard AS 1'M D698) at or near its optimum moisture content. neath. building slabs and slabs on grade (except sidewalks): Compact the top 1.2 inches of existing subgrade (and each laver of fill if applicable) to a. minimum of 100 percent (1000/0) standard proctor (AS'I'M D698) at or near its optimum moisture content, or to the density specified on the Drawings. 1). Sidewalks: Compact the top 6 inches of existing subgrade (anal each. 6-inch layer of fill. if applicable) to a. minimum of 100 percent. (1000 ) standard proctor (ASTM D698) at or near its optimum moisture content. 02316-Structural. Excavation, Backfilling 0231.6-8 January 2025 and Grading City of Fayetteville, Arkansas Fayetteville Tratisfer Station Improvements Metal Push Wall and Chute Replacement SECTION 02316 STRUCTURAL EXCAVATION BACKFILL.ING AND GR:ADING (continued) I . Roads, paved areas and roadway embankments: Compact the top 12 inches of existing subgrade and each layer of fill or bacl fill to a. minimum of 100 percent (100° o) standard proctor (ASTM D698) at or near its optimum moisture content. F. The moisture content of the in.aterial being compacted shall be within. a range of two percent (2� ' below the optimum to a maximum of two percent. (2%) above. Adjust the moisture content o material. to main.tai.n the range specified by the addition of water or by aeration. �Q 3.09 DISPOS.NL, OF UNSUITABLE. WASTE AND; OR SURPLUS EXCAU ED'\ A. Remove and dispose of unsuitable, waste and surplus excavat , e ial off-site.Ce"rials may be temporarily stockpiled in an area in. the limits �o strueti do not disrupt construction activities, create any nuisa safety haz r other Y -ict access to the site of the Work. 3.10 GR-'DING A. Perform grading to the lin grades 1 on the r• - gs. Pkemove all objectionable material encountered wi limits i is d and s , f of sibring oxide conn.pl.ete and continuous drainage wate�rin o , ftradealivcvel hou process. Install temporary drains, e ditc s, e o inter )-ater that may affect the execution or con io o ' ara.din , ekx % 3.1.1. B. If at the time gradin. i not�+possibl T e`%ny n its proper section of the Work, stockpile the fill mat -i a proved = for lat.e�r a extra payment. will be made for the stockpiling or double i ing of e - ava d or bo terial.. C. Ston.es or r ein 1 g r 4 ince, it greatest dimensions will not be permitted within the top hes of e ed grade sand embankments. 1). In a rein. , 46 f2l se or Pr u .... rocks in slopes to the line or finished grade of the ess all 1181 in i rm manner to the grade, cross-section and alignment sh v on the ra s unless the •ise directed by the Engineer. A. Priol during placement of backfill and embankment fill, coordinate with the soils testing 1. o.. ry to performin-place soil density to verif3- the existing subgrade soil meets the of c 'rements herein. Unless otherwise noted, conduct testing in accordance with the following rtimum frecluen.ci.es: 1. Determine a moisture-deri.si.ty relationship for each. type of subgrade and back -fill materials encountered, and conductt testing in accordance with AASHTO T99 or T180 (ASTM D698 or D1557). 2. Conductt field density and moisture testing of earthwork subgrade below all structures in accordance with AASI TO 1'31.0 (ASTM D6938). Un.l.ess otherwise indicated, in. -place density and moisture testing fi eq ue ncy shall be one (1) test per 3,000 square -feet of subgrade. 02316-Structural.Excavation, Backfilling 02316-9 January 2025 and Grading City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 02316 STRUCTURAL EXCAVATION EACKFILL.ING AND GRADING (continued) 3. Conduct field density and moisture testing of structural backfill in accordance with A.ASHT0 '1.'31.0 (;AST'M D6938). U11.1ess otherwise indicated, in -place density and moisture testing frequency shall be one (1) test. per 3,000 square -feet of area in each lift. of embankment. 4. Conduct permeability testing for clay and other modified soil liner using a certified testing laboratory. Unless otherwise indicated, the permeability of the liner shall. be 41 1.0 x 1.0'' cinlsee. 3.1.2 RIPRAP AND SLOPFs STAIIII_;IZATION —NOT USED END OF N 0231 ,e), *4,6 10% N (12316-Structural.Excavation, Backfilling 02316-10 January 2025 and Grading City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement �i aC� � [�''[17�1�.[��]►[�::-�� �1.h1'A�! � �Z� �1►� 1'�� 1 MI T I GENERAL 1.01 SCOPE OF' WORK. A. Furnish all labor, rn.aterial.s, equipment, and incidentals required and install all eoncre reinforcement complete as shown on the Drawings and as specified herein. � B. Unless specified otherwise, all. materials shall be 100% United States of America ie products. Exceptions shall be made for specifically named products list4d on the s in the Specifications. The Contractor shall provide material certifieatio sting the f origin. and/or manufacture for all material, pipe, fittings, castings, pro c ncrete, rein einent., and appurtenances. 1.02 REL AMD SEC-I'IO i S A. Section 03250 Concrete Joints nt Ace is B. Section 03300 Cast-in-Pl, e _ncrete C. Section 03740 Mlo ' " or Re isting c c 1.03 REFERENCE S W S A. American Soc t �311.1.dard P�1%11 NO la on: r b 7 Structural. Steel and Plain. Carbon -Steel Bars for 3. `i706 7dard S ion for Deformed and Plain Low -Alloy Steel Bars for .oner e c ment 4. STM. 22 St.andar pecifica.tion for High -Strength Steel Bars for Prestressed Concrete 5. A934 Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing Bars ASTIV:I: A.1064 Standard Specification for Carbon -Steel. Wire and N elded Wire 41\ N Reinforcement, Plain and Deformed, for Concrete 7. ASTM F3125 Standard Specification for High Strength Structural Bolts, Steel and Alloy Steel, Heat Treated, 120 ksi. (8 30 MPa) and 1-50 ksi (1-040 MPa) Minimum Tensile Strength, Inch and Metric Dimensions 03200-Concrete Reinforcement 03200-1 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 03200 - CONCRETE REINFORC'EMENT (continued) B. American Concrete Institute (ACI), Latest edition: :ICI 301 Specifications for Structural Concrete 2. :ICI 318 Building Code R.equiremen.ts for Structural Concrete 3. SP-66 :ICI Detailing Nian.ual C. Concrete Reinforcing Steel Institute (CRSI), latest edition: e)Q 1. Manual of Standard Practice D. AAnerican Welding Society (AM'S), la.tes n: 1-. NN S D I A Structural. g Code 1i rtg Stee 1..04 STJ13S A. See Section 01-300, Sub or submi 1 ocedure.Aipolit sh 1ins anal product data p g 1shotiing mat.erials of tion an s of inst for: 1. Reirifor ng a laccrrt cl wings s nform the ornmenda.tions of ACI 301 and SP- De ding Manual. Y' -orcetne a concrete placement shall be included a sin le n.t er drat o ss-re to the main pertinent placement drawing. This r r'ng shall in x tc addit' einforcement (around openings, at corners, etc.) shoxv n the st dar letad sl ars to hai-e special coatings or to be of special stee ecial vield. -e h are to 'arly identified. 2. Bar bend' etails: shall be r ced to the same identification marks shown on the ace ent. dra ars to h e special coatings or to be of special steel or special engtl t clearly d, 3. hedule of a aeemen to ntain synthetic reinforcing fibers. The amount of fibers per cubic v, to be used for ea c of the placements shall be noted on the schedule. The name ofl� facturer of the fhe7s and the product data shall be included with the submittal. B. Sub ' ihples of each of the following items. One sample of each type of mechanical reinforcing steel connectors, if used. C. Furnish test data to indicate compliance with the following: 1. Certified copy of mill test. on each steel proposed for use showing the physical properties of the steel and the chemical analysis. 03200-Concrete Reinforcement 032W-2 January 2025 City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 03200 - CONCRETE REINFORCEMENT {contintiedl ) 2. Certified copy of test reports for each foreign manufactured steel proposed for use in the fabrication of reinforcement.. The tests shall be specifically made for this project at the expense of the Contractor by a domestic independent testing laboratory certified to perform the tests. The testing shall be for conformity to the applicable ASTM standard. 3. Welder'scertification. The certification shall be in accordance with ANUS D 1.4 when wel� of reinforcetnen.t is required. 1.05 QUALITY ASSURANCE 40' A. Provide services of a manufacturer's representative having at le o 12) years' ex ience in the use of the reinforcing fibers for a pre, istruetion mQe& a d assi, luring the first placement of the material. 1.06 DEI_;IVI R),; IIANDI NG AND STQLGI A. Reinforcing steel. shall be subs Arant. 1. y free ill scale s irt, grease, or other foreign. matter. B. Rciti-orcing steel sh ippec, a d r ith the s• nd shape-a.stened in bundles with dura roar c i egible with t markings showing the same "mark" is o as tho s wn on t itted acin ravings. C. Rei.nforcing st 1 shall bNd ff the p otect in.oisture andkeptfree from dirt, oiL or other injuriou cants. T PART PRODUCTS 1 LAXERIa S A 1\,Iatti s 11 be e a 7.all c v 17 the following material specifications. B. I ed Concre inforcit I3a : AS'IM A615, Grade 60 deformed bars. C. Consing Bars required on the Drawings to be field, bent or welded: ASTM A.706. er D. Spir ' forcement §�ASTIVI STM A615, Grade 60 for hot -rolled plain or deforted bars .A.1.064 for cold -drawn. wire IN Welded Steel NVire Fabric: ASTM A1064 F. The following alternate materials are allowed: 1. ASTM A615 Grade 60 may be used for ASTM A706 provided the following requirements are satisfied: 03200-Concrete Reinforcement 03200-3 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 03200 - CONCRETE REINFORCEMENT (cortlintied) a. The actual yield strength of the reinforcing steel based on. tn.i.11 test shall not exceed the specified yield strength by more than 18,000 psi. Retests shall not exceed this value by more than an. additional 3,000 psi. b. Th.e ratio of the actual ultimate tensile strength to the actual tensile yield strength of t reinfor",mentshall notbe less than 1.25. c. The carbon equivalency (CE) of AST''t•I A615 bars shall be 0.55 or less. G. Reinforcing Steel Accessories 1.. Plastic Protected Bar Supports: C 'I Bar Suppo.. e i icatio Is I -Maximum Protection, 2. Stainless Steel Protected Bar Supports. RSI Bar ort Spec` 'o s, Class 2-Moderate Protection, 3. Precast Concrete Block B- i orts: ar Suppo ifications, Precast Blocks. Blocks shall. have equal er stren. the su i . g concrete. H. Tie Wire 1. Tie Nkire for cemenOshalllokbe 16-gau oQa-vier, b nealed wire. I. Mechanical r-otei g s Yl butt splices s ositive c i ing threaded type couplers such as Lenton reba splic y 1; ` o�'rod I ; -N4RC C s by Dayton. Superior, or approved equal. They shall m AC I 318 Bu r g Code e rents. Bar couplers shall. be torqued to manufacturer' rec orided v 1. Unless t �� Fise nU e t Drawn cha.nical tension splices shall be designed to pr ice a ice str 1 tensionsor c pression of not less than 125 percent (125%) of 4h spe iunum !n­ienath of the rebar in pounds based on the gross area. ebar. AL AIF- 2. ,ompre ion e inechat .. plices shall. provide concentric bearing from one bar to the Other d shall be capable of developing the ultimate strength of the rebar in compression. .1. Fibe .cement (Fiber mesh): Synthetic reinforcing fiber must meet the requirern.ents of rKino�o�ga, 1116. Synthetic reinforcing fiber for concrete shall be 100 percent (100%) lene collated, fibrillated fibers as manufactured by Propex Concrete Systetn.s Corp., Tennessee, or approved equal. Fiber length and quantity for the concrete mix shall compliance with the manufacturer's recommendations as approved by the I ngi.neer. Epoxy -Coated Reinforcing Steel: shall be provided at locations specified on the Drawings. Epoxy -coated bars shall conforin. to ASTM A934. 2.02 FABR]:C"I7 A. Fabrication of reinforce -meat shall be in compliance with the CRSI Manual of Standard Practice. 03200-Concrete Reinforcement (i ^(tO-4 January 2025 City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 032.00 - CONCRETE REINFORCEMENT (conlintie l) B. Bars shall be cold bent. Bars shall not be straightened or re -bent. C. Bars shall be bent around a revolving collar having a diarn.eter of not less than. that reeotntnended by the CRSI. D. Bar ends that are to be butt spliced, placed through limited diameter holes in metal, or three 6 shall have the applicable end(s) saw -cut. Such ends shall. terminate in flat surfaces wit ` degrees (1.5") of a right angle to the axis of the bar. 1 . Spirals (may be substituted for non. -spiral ties in circular eolutnns L Provide a minimum of one and otte- (1-1.12) finis tit r , at theitAl bottom. 2. Splices shall be tension lap splic s at t 48 bat- is ers, but 11 Rt:y s than 12 inches in length. Welded splices shall�rt. used whe s ically a the Engineer. Provide spacers as reeom n by the I RI' 3 1 XECUTION .01 A. B. C. D. I:tiSIALI A110 Surface con die o, spacing and to of plat t of reinforcement shall comply with. the CRS. NIattual 'tat and Pr e. e C shall be solely responsible for providing an adequa bL of bars aintai m acing and clearances shown on the Drawings. Except as Vindicate on Dra -i minimum concrete cover of reinforcement shall be as Poll 1. r e cas n id pet n exposed to earth: 3 i.n.ches -ate. . edge, or weather: 2 inches ter, sludge, or weather: 1-1.:2 inches which will be exposed for a considerable length of time after being placed shall a hea-k,ti coat of neat cement slurry. Nre''�; r forcing steel bars shall be welded either during fabrication or erection unless speeifteal.ly �ngis an on the Drawings or specified, or unless prior written approval has been obtained from the inecr. All bars that have been welded, including tack welds, without such approval shall be immediately removed from. the work. When welding of reinforcetn.ent is approved, or called for, it shall comply with AtWS D 1.4. E. Reinforcing steel interfering with the location of other reinforcing steel, conduits, or embedded i.tem.s, tn.ay be moved within the specified tolerances or one (1.) bar diameter, whichever is greater. Greater displacement of bars to avoid interference shall only be made with the approval of the 03200-Concrete Reinforcement 03200-5 January 202 % City of Fayetteville, Arkansas Fayetteville Tratisfer Station Improvements Metal Push Wall and Chute Replacement SECTION 03200 - CONCRETE REINFORCEMENT (continue l) Engineer. Do not cut reinforcement to install inserts, conduits, mechanical openings, or other items withoutt the prior approval of the Engineer. F. Securely support and tie reinforcing steel to prevent movement during concrete placement. Secure dowels in place before placing concrete. G. Securely tie reinforcement steel at each intersection (' 1.009%) for all reinforcement ste . locations, and at e%,ery third intersection (33"'O) otherwise. Two (2) ties are required ie location. H. Reinforcing steel bars shall not be field bent except. where sho t e Drawn' its specifically authorized in writing by the I n.gi.neer.:If horized, bars b cold-b nd the standard diameter spool specified in the CRSI. eat barsy inspec i -oreing steel for breaks. If the reinforcing steel is da nge place, C: N% or othe -`s epair as directed by the Engineer. Do not bend reinter t after it 's added in ate unless specifically shown otherwise on the Dra.win 3.02 REINFORCEMENT ARO ENI' A. Unless specific addi infore", en ound 01 1 is s c Drawings, provide additional. reinforc` l on e 1 si the ope ival t alfofthe cross -sectional area of the r f' .h el into (1 by an ig. Th. bar 11 have sufficient. length to develop bon( Ynd beyond the openi netratio 3.03 SPLICItiG OF REI C -TENT A. Splices designat s copressi sp ' •es on th �vtngs, unless otherwise noted, shall be 30 bar cliamete less to �hes. " 17 Alice length for eolutn.n. vertical bars shall be based on the b ze in above. I3. 1' si i Alice ° D provi"Ne laps in compliance with A.C"1: 318 and as detailed on leings. a ° liceswhen 50 percent (5011,0) or less of the bars are spliced e require length. ".las I3 splices shall be used at all other locations. C. Splici srein.g steel in. concrete eletn.en.ts noted to be "tension members" on. the Drawings shall b N ' ed whenever possible. However, if required for constructability, splices in the rei vent subject. to direct. tension shall be welded to develop, intension, at least 125 percent ( of the specified yield strength of the bar. Splices in acliaeent bars shall be offset the nce of a. Class C splice. D. Install wire fabric in as long lengths as practicable. Splices in welded wire fabric shall be lapped in accordance with the requirements of ACT 31.8 but not less than. 1.2 inches. 'The spliced fabrics shall be tied together with wire ties spaced not more than 24 inches on center and laced with wire of the same diameter as the welded wire fabric. Do n.ot position laps midway betweeti. supporting beams, or directly over beams of continuous structures. Offset splices ill. adjacent widths to preventt continuous splices. 03200-Concrete Reinforcement 03200-6 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 03200 - CONCRETE REINFORCEMENT (conlintied) I . Meel anieal. reinforcing steel splicers shall be used only where shown on the Drawings. Splices in adjacent bars shall be offset by at. least 30 bar diameters. Mechanical reinforcing splices are only to be used for special splice and dowel conditions approved by the Engineer. 3.04 SIIRINKAGE A:tiD TI:X4PEIZATUI2I? RI INFORCEIVIFNT A. Shrinkage and tern.perature reinforcement shall be provided as indicated on the I Shrinkage and temperature reinforcing bars should be placed at right angles to structur ot• all structural slabs, unless otherwise specified 3.05 ACCESSORIES A. The Contractor shall be solely responsi det.ermitnit viding a lung accessories such as chairs, chair bars and the like in s ient qua tti s and strer . adequately support th.e reinforcein.ent and prevent its4d' "anent dur' erection reinforcement and the placementof concrete. B. Use precast concrete blocks e the rei steel is t ppor -d over soil. C. Stainless steel bar su steel c nth stair , I el tip scd where the chairs are set on forms f crete i a— at will ht sed to , high humidity, or liquid (including b ton f, a over 1 i ontaini s). Us f gar ized or plastic tipped metal chairs is pert s al other locations a lerwise otn the Drawings or specified. D. -Alternate methods of ortn g top St s abs, sue el channels supported on the bottom steel or vertical reitifore' steel fasLene the bott d top mats, may be used if approved by the Engineer. 3.06 INSPECTI ti' A. In 7 twiall 7 r rcing**s covered with concrete until the installation of th.e t nent, i c n ize, in t osition of the reinforcementt has been observed by the I er and the ineer's leas to proceed with the concreting has been obtained. the Engineer sh be given ample rior notice of the readiness of placed reinforcement for obsery i fo rms shall. be kept open until. theI ngi.nee.r hasfinished his/her observations of the roll Steel. END OF SECTION 03200 41\ N 03200-Concrete Reinforcement 03200-7 January 2025 City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Cliute Replacement SECTION 03200 - CONCRETE REINFORCEMENT (conlintied) 03200-Concrete R.ei.nforcement 03200-8 January 202 % City of Fayetteville, Arkansas Fayetteville Tral %fer Station Improvements Metal Pusli Wall and Chute Replacement SF:('II(}i)32i1-C()f'I21+'TF,.1C}lNrl'4<°�1a1()I'I ,C'i'F;SSC)IIIS I'LkR•I I (;E'N.1+,.1'IAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment., and incidentals required and install accessories 1 concrete joints as shown on. the Drawi.n.gs and as specified herein. � 1.02 R13LArED SEC`I`IO'N S A. Section 03200 Concrete Reinforcement B. Section 03300 Cast -in -Place Concrete C. Section 03740 Modification or Repair 5zx ling -off e D. Section 07901 Joint. Sealants 1..03 REFERENCFs S` ANDAIZI A. American. Society fbr�W and i A.S'I "I edition 1. AS'I'111 C"1.0 �tanda. Sp ificatio -,a ex < ent ondin.g Fresh to Hardened Concrete 2. ASTNI I )1. 51 Stan at) Spe ' f tf n. for Pr Expansion. Joint Filler for Concrete P ifng and ctural in • fiction ('_ onext.rud ng and Resilient ituin s " pes) i. AST 1_) peei.fica i Preformed Sponge Rubber Cork and :Recycled xpa.nsio Joi Fillers for Concrete Paving and Structural true* 1.04 ,, TTi=\-LS A. See Se, 0, Submittals for submittal procedures. Shop drawings and product data shall i.n.clud owing: 1. er-stops: Product data including catalog cut, technical data, storage requirern.en.ts, splicing methods, and conformity to AST 4 standards. Pre -molded joint tillers: Product data including catalog cut, technical data, storage requirements, installation requirements, location of use, and conformity to ASTM standards. 3. Bond breaker: Product data including catalog cut, technical data, storage requirements, installation requirements, location of use, and conformity to A.S'I"M standards. 4. Compressible joint filler: Productdata including catalog cut, technical data, storage requirements, installation. requirements, location. of use, and conformity to A.S'.I M standards. 03250-Concrete Joints anal .loint Accessories 03255%0-1 January 202 % City of Fayetteville, Arkansas Fayetteville Trartisfer Station Improvements Metal Pusli Wall and Cliute Replacemerit SECTION (continued) 5. Bonding agents: :Product data including catalog cut, technical data, storage requirements, product life, application requirements, and confonn.ity to AS`1'N1 standards. 6. Expansion joint dowels: Product data including dowels, coatings, lubricants, expansion caps, installation requirements, and conformity to AST.N4 standards. B. Certifications: 1. Certification. that all. materials used within the joint system are compatible ,N,' er. J�LkR'1' 2 PRODUCTS 0 .OI GENERAL A. ']'he use of tn.anufaeturer's name %n. odel or catalo ,er is f urpose of establishing the standard of quality and gene iguratio�n. B. All materials used together shall be compatible withos cotn.pati.bi.l.ity. I..Jn.de.r joints receiving seal 2.02 NLXTERIAL A. Waterstops 1. Plastic wat t — _ Yot (9" x �d type; ribbed v e�flat wa , iq�fmioint ( feaker, ods, 'oint fillers, sealants, etc.) '10ther. ate selec ' suppli • nd products to ensure f.stan. I asph.al ' d break f . int .f..i.l.lers be used in. of wat.dMtbkfi,.Yhall b Iny I& ej s I joint in ..etaining structure: 9 inches by 1`8 inch kerstow slabs and 6 inches by 3/8 inch (6" x 3,18") Allerwis- stic waterstop shall be made by extruding with oly x,Tn.ylchloride as the basic resins. klinittuim tensile 'i. NX'aterstops shall be style FR-6380 by Paul Murphy le 679 by Greenstreak Plastic Products, St. I,oui.s, x Corp., Knoxville, Tennessee; or approved equal. 2. Pr -f 6adhesive wat.erstops: The waterst.ops shall be a. formulated compound of b but.yl that swells upon contact with water. The waterstops shall be NVa.terstop RY manufactured by C'.:F TCO of Arlington 1-I:ei.ghts, Illinois, or approved equal. Primer e material shall be as reconunended by the waterstop manufacturer. )aterst.op RX 102 s all be used in all locations where there is less than. 3-in.eh concrete cover above pre -formed adhesive waterstop. Pre -molded Joint. Filler Pre-tn.ol.ded joint filler — structures: Self -expanding cork, pre-tn.olded joint filler shall conform to ASTM D 1752 Type III. The thickness shall be 3i4 inch unless otherwise shown on. the Drawings. 0325(1-C"onerete Joints an.d .loint A.ecessories 03255%0-2 January 202 % City of Fayetteville, Arkansas Fayetteville Trartisfer Station Improvements Metal Pusli Wall and Chute Replacemerit SECTION (cmitiimed) 2. Pre-tn.olded joint fillers — sidewalk and roadway concrete pavements or where .fiber joint filler is speei.f cally noted on the I)rawin.gs. The joint f l.l.er shall. be asphalt -impregnated fiber board conforming to ASTM D1751. Thickness shall be 314 inch unless ot.hei wise shown on the Drawings. C. Bond Breaker 1.. Bond breaker tape shall be an adhesive -backed glazed butyl or polyethylene tape ill satisfactorily adhere to the pre-tn.ol.ded joint filler or concrete surfs as rear ' d tape shall be the same width as the joint. 2. Bond breaker for concrete other than �e tape is spcifeac alled fo 1 be either bonbreaker tape or a non -staining t e d preven 7ng sup . illiams Tilt -up Compound by Williams Distributo c.; Sile e bar 1- onstruction Supply Division, Superior Concrete kc sories: or ap r.. qual.. D. Bonding Agent 1. Epoxy bonding ag, I be as e in See 740, ifca.tion or Repair of Existing C.',on.cre PART' 3 EXECI TIJ0N 3.01 I!ST �I LATI A. waterstops 1. Install s formal %k•hc c ' cI on the Drawings. NVa.t.erstops shall be continr •oun.d al and inter s so that a continuous seal is provided. Splices sha be de by w n accordince ith the manufacturer's recommendations, subject A cc tance ineer* anufa.eturer's special approved tools shall be used forMg. I' spl' s r -ide a cross-section that is dense and free of porosity. 2. 'o pro secure water s in wall joints before concrete is placed, drill holes in w e ly pproximat.ely 1 inch from each edge or between the outermost ribs at each edge (u ' egral fastening system is provided) and center the waterstop in the joi.n.t. I'i.e both f the waterstop to reinforcing steel with black annealed steel tie wire as specified for g reinforcing steel and secure in. place so that the waterstop will be perpendicular to the dint and remain in the required position during concrete pl.acetnent. �. The spacing of the waterstop ties shall match. the spacing of the adjacent reinforcing, but need not be spaced closer than 12 inches on center. 4. Horizontal waterstops on slabs shall be clamped in position by the bulkhead (unless previously set in concrete) and the edge of the waterstops shall be lifted while placing concrete below the waterstop. 'Then the waterstop shall be manually forced against and into the placed concrete and covered with fresh concrete to ensure adequate encasement of the waterstop in. concrete. 03250-Concrete Joints anal Joint Accessories Ci3250-3 January 202 % City of Fayetteville, Arkansas Fayetteville Traitisfer Station Improvements Metal Pmli Wall and Cliute Replacement SECTION (coiitiimed) 5. Each piece of the waterstop shall be of maximum practicable length to provide a minimum number of splices. 6. Waterstops shall be installed so that half of the width will be etn.bedded on each. side of the joint. Care shall be exercised to ensure that the wat.erst.ops is completely embedded in voi free concrete. 7. Install. pre -formed adhesive waterstops, including concrete surface application of primers, in accordance with the recotntnenda ' ns manufacturer. B. Construction Joints 1. Make construction joints only at loc s Engineer. Any additional. oV ation of must be submitted to the Etvi& -or writt prepar d of rstop .0 E DrmN,i s as approved by the n joints ed by the Contractor, �1. 2. :additional or relocate J should cated wl y least impair strength. of the member. In general jointsc i u middle spans o bs, beams and girders. However, if a be -sects a at the Jo' et the '�' stance equal to twice the width of th i ber g ected. a the j ails and columns at the underside o' to Slabs, , am or gird • at to l o . o gs or floor slabs. Do not locate j ' en beams, frders, n capitals drop panels and the slabs above them. I) not locat ints betweeri. c or ha - tid walls of columns supporting there. N IV 3. All joints s 1 perpetidi�, a main rei sent. Continue reinforcing steel through the joi s ' ' atedVn wink. 4. Pro 'des ant gro -c, joint se ° ant here indicated on the Drawings. co .loin ncret.e joints designated on the Drawings to be ugh.ene I , ur orrnly ugh the surface of the concrete to a full amplitude (;distance �etweer igh and low poi n side to side) of approximately 1.4 inch with suitable tools to e - o 0 1' sh face. Thoroughly clean joint surfaces of loose or weakened materials by w ing or sandblasting and prepare for bonding. At least two (2) hours before and hortly before the new concrete is deposited, the joints shall be saturated with water. r glistening water disappears, the joints shall. be given. a thorough coating of neat cement s urry mixed to the consistency of very heavy paste. The surfaces shall receive a. coating at least LIS-inch-thick, well. -scrubbed -in by tn.eans of stiff bristle brushes whenever possible. Ilorizotttal wall joints with no access to th.e earlier concrete placement surface shall have the roughened surface thoroughly coated with a neat cementslurry of pouring consistency. N-ew con.erete shall be deposited before the neat cement dries. 6. In. lieu of th.e above method for securing bond between new and set concrete, the following optional method may be used. Concrete must be allowed to set a minimum of 28 days. Use an epoxy bonding agent applied to roughened and cleaned surfaces of set concrete in. strict 0325(1-C"onerete Joints an.d .loint Accessories 03255%0-4 January 202 % City of Fayetteville, Arkansas Fayetteville Trartisfer Station Improvements Metal Pusli Wall and Cliute Replacemerit SECTIt)N (oiithiued) accordance with manufacturer's recommendations and as specified in Section 03740 with respect to preparation of surfaces and applications of bonding agent. 7. Provide waterstops in all wall and slab construction joints in. liquid containment structures and atother locations shown on the Drawings. 8. Keyways shall not be used in construction joints unless specifically shown on the � or approved by the Engineer. C. Control Joints 1. Provide sealant grooves, sealants and Haterst.ops at contr j s in sKab(erad.e and walls as detailed. Provide waterstops a17"lled ll and sl.a a jointser containment structures and at all other locations on t1tobiNiings. 2. Controljoints may be savve € ically. a = by the . If control joint grooves are sawed, properly time t s cutting N i ie of th-r- e set. Start cutting as soon as concrete has harden fen.tly to t aggre om being dislodged by the saw. Complete cutting b uinkage re. have de d sullic �tiv to induce cracking. No reinforcing sl ut duri.n utting. � 3. Extend eve o ,ar fo ein reing s rough ontr nts or as indicated on the Dra.win •e specif cal y oted o t awings, the concrete surface with a bond breaker p. or to plae net concret it. Alt'! ' i112 reinforcein.ent or waterstops with bond irea t the -Y locati s. ro F SE .T 250 03250-Concrete Joints anal Joint Accessories 03250-5 January 2025 City of Fayetteville, Arkansas Fayetteville Tral sfer Station Improvements Metal Pmli Wall and Chute Replacement SECTIt}y (continued) 032"(1-C"onerete Joints an.d :foint Accessories (i32550-6 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push NVall and Chute Replacernerrt SECTION 03300 CAST -IN -PLACE CONCRETE PART 1 i�ENER-XL 1.01 SCOPE OF WORK A. Furnish all labor and materials required and install cast -in -place concrete Drawings and as specified herein.. 1.02 RELATED SECTIOI S as shown oil tI6 A. Section 03200 Concrete Reinforcement B. Section 03250 Concrete Joint. Accessor' C. Section. 03740—N•'I:odi.fcation. or Rep 'i- of ..... isting C" r D. Division 7—'•loisture Protectio. 1.03 RE:FE:RE CE STANDAREICN C A. American. Society fo an a ri s {AS'I1\< rr atio a ition: 1. ASTM tandarc ' ticc f'or a and g _ cret.e Test Specimens in the 1' eId 2. ASTM C33 and Spec. ion for Co Aggregates nc 3. ASTM ('39 Stand st : Iethod pressive Strength of Cylindrical. Concrete S)t e 4. 4A; ` C42 rd `I' s thod for Obtaining and Testing Drilled Cores and "KIlly Be _ ncrete 5. STNI C 4 Stand, S-°cification for Ready -Mixed Concrete G. A 3 Standard Test Method for Slump of Hydraulic Cement. Concrete 7. . 11,1 C150 Standard Specification for Portland Cement ASTM C156 Standard 'Pest Method for 4N'ater Loss [from a Mortar Speci.nn.en] 'Through Liquid Membrane-Forining Curing Compounds for Concrete 9. ASTM C171 Standard Specification for Sheet Materials for Curing Concrete 10. ASTM C172 Practice for Sampling Freshly Mixed Concrete 11. ASTM: Cl 73 Standard Test Method for Air Content of Freshly 1\•'Iixed Concrete by the Volumetric Method 03300-Cast-in-:Palace Concrete. 03300-1 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacernerrt SECTION 03300 CAST-INTL ACE CONCRETE (coo tinuecl) 12'. r�STM C231 Standard Test Method for iUr Content of Freshly, 'XIixed Concrete by the Pressure Method J 13. ASTIV:I: C260 Standard Specificationfor Air-F,ntraining Adrn.ixtures for Concrete 14. ASTM C:309 Standard Specification for Liquid .i�•Iembran.e-Forming Compounds Curing Concrete 1.5. ASTIV.I: C31.1. Standard Pest Methods for Sampling and T41ng Fly s atural Pozzola.ns for Use in Portland -Cement Zvte 16. ASTM C330 Specification fo htti eight. -X * = for Stn oncrete 1.7. ASTIV:I: C494 Standard Spe ifca n for C. is I Admix fo.. Concrete 18. AS'I'111 C:5Fa7 Test: Deter g ensity ural I-,i.ghh eight Concrete - 19. ASTM: C.fi 1.8 Sta ai Specif. or Coal i and 44aw or Calcined Natural an for ? - ' n oncrete 20. AS'I'111 Cfifi po%% pecifi tior 1:poxy es ase I3 n Systems for Concrete 21. ASTM Siandard Test Met. 'lump F w ' Self=Consolidating Concrete e *t 22. ASTM I? 1-745 nc and Spec 'on for Pla ater'apor Retarders Used in Contact th Soil an la.r Fil n oncrete Slabs B. kinerican Ifn lKinstitutt C at€;st - 1. �V61.1 and a ° 'c for Selecting Proportions for Normal, Heavyweight Masses' re 2. C1301 Spec t' ns for Structural Concrete 3. t1 4. 304 ACI 304.2 6. A.C.1305.1 7. A.0 1.306.1. 8. A.C:I308 9. :ICI 309 Standard Specification for Cast -in -Place -\rchit.ect.ura.l Concrete Guide for Measuring, Mixing, Transporting, and Placing Concrete Placing Concrete by Pumping Methods Guide to [lot Weather Concreting Guide to Cold Weather Concreting Guide to :F xtenial. Curing of Concrete Guide for Consolidation of Concrete 03300-Cast-in-:Palace Concrete. 03300-2 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacernerrt SECTION 03300 CAST -IN -PLACE CONCRETE tcmnthwedj 1-0. :ICI 31-8 Building Code R.equiremen.ts for Structural Concrete and Commentary 1.1.. :ICI 350 Code Requirern.ents for I,nvi.ronrn.en.tal. Ingineeri.n.g Concrete Structur 1.04 SURNIViTTIALS A. See Section 01300, Submittals for submittal procedures. Shop drawings and produc all include the following: 2. 3. 4. 5. 6. 7. 8. Concrete mix designs for all. classes of concrete propose a on the ojec . Sources of cement, pozzol.an, and a_, es. Material Safety Data Shoe for all c -r- compo e c admixtures. fir -entraining a.dmixtu duct cl• iding a cut., technical data, storage requi.rem.ents, produc h recor d dosa mpera •e considerations, and conformity, to AST. ards. Water reduc' .. s isture Pr • et data g ea t, technical data, storage require ts, o ict. lif , commc c c nlosagc, tGill attire considerations, and conform . L`T\ standards. High range technical c req of ti : Product data including catalog cut, recommended dosage, temperature conformity to ASTM standards. Identify catalog cut, technical data, and conformity to TQV 2ompoun(cp;duct. data including catalog cut, technical data., storage product life, application. rate, and conformity to AS'rm standards. Identify ions of use. B. Sa. I<ine and coarse aggregates if requested for exairi.ination by the Engineer. C. I urn.i.sh. test data to indicate compliance with the following: Sieve analysis, mechanical properties, and deleterious substance content for coarse and fine aggregate. 2. Chemical analysis and physical. tests of each type of cement. 3. Chemical analysis and physical tests of pozzolan.. 03300-Cast-in-:Palace Concrete. 03300-3 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacernerrt SECTION 03300 CAST -IN -PLACE CONCRETE (`c€trrthiued) D. Certifications 1. Certify admixtures used in the same concrete mix are compatible with each other and the aggregates. E. Qualifications 1. Independent testing laboratory: Name, address, and qualifications. La.borat.orie ed with. the Contractor or in. which. the Contractor or it-, officers h.avea benef a i st are not. acceptable. 1.05 QU-\-LITYASSUR4NCE A. Only one source of cement and aggre tes , all. be uw or any one u e. Concrete shall be uniform in color and appearance 4 B. Furnish ma.nufa.cturer or sup ificatio o produ- iterials. C. Well in advance of plac' rate, tl actor sh seas wigs e gineer the sources of i.n.dividual rn.aterials d et proposed o ts' . C all. discuss placement methods, waterst curin . C i actor OHM pose n" of hot and cold weather concreting a. xc i D. A meeting sha be h r tc3�pla i f lastieiz rete. The plasticizer (high range water reducer) martu 's represerr i and the - ctor shall. be available to discuss the properties and tqjiniqu f ba.tc ' an placin J zed concrete. E. If during th p Wes% of tht A r - it: is im s. ` to secure concrete of the required workability and str gth the m s being fain ed, the Engineer may order such changes in prop rtor mate is od s be necessary to secure the desired properties. All. c rdei 1 made trstct.or's expense. F. If tg the Orogi of the o materials from the sources originally accepted change in ebaracteris 0. th.e Contractor sh.a 1, at hi.si'h.er expense, rn.ake new acceptance tests of aggregates and es 1 i117 design mixes. Such testing and design shall be accomplished with the assistance of air. 'a en.t testing laboratory acceptable to the Engineer. G. I n iced concrete shall. comply with ACI 318, the recommendations of ACI 350, and other d specifications, codes and standards. -1. Th.e responsibility for field testing is defrn.ed in Section 01-410, .held Quality Control.. However•, the Contractor shall provide sufficient quality, assurance field testing of concrete to provide cotifinnation of the concrete quality. Such quality assurance testing shall be at no additional. cost to the Owner. Methods of testing will comply with the latest applicable ASTM methods. Samples of constituents and of concrete as -placed will. be subieeted to laboratory tests. All materials incorporated in the NN'ork shall eonfonn to accepted samples. 03300-Cast-in-:Palace Concrete. 03300-4 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push NVall and Chute Replacernerrt SECTION 03300 CAST -IN -PLACE CONCRETE (continued) 1.06 DEl-;JVERY; STORAGE, ANI) I NDI,INCi A. Cement: Store in. weathertigh.t buildings, bins, or silos to provide protection. from dampness a contamination and to minimize warehouse set. * Z� B. Aggregate: Arrange and use stockpiles to avoid excessive segregation. or contamination. w.. . o materials or with other sizes of like aggregates. Do not use frozen or partially frozen,W.-iform e. C. Sand: Arrange and use stockpiles to avoid contamination.. Allow sa to dr, '... moisture content before using. Do not. use frozen or partially fro n gregates. D. Admixtures: Store in closed containers t oid contarnirkafti?apoiati mage. Provide suit<3ble agitating egtripmerit t.o assure i r clispersiedienmixture solutions which tend to separate. Protect liquid,adn ur•es fr fr zing an er emperatLire changes which could adversely- affect the'.0, ristics. E. Pozzola.n: Store in weatherti a ings, b' os to pro rotection from dampness and contamination. F. Sheet Curing Materi c in w°ea c t build' o ff th nd under cover. G. I.iqui.d curing co )o n : Stor ' c sed co s. PART 2 PRODUCTS 7 N*t 2.01 GENERAL 1 A. The use of rer s na. model o s number is for the purpose of establishing the stan.dar o lity an � conf gu esi.red. B. Lilc it n r rnat be products of one manufacturer in order to provide s a -. ion n nee, a, . and manufacturer's service. 2.02 IV JZIAL.' A. Mat.eri s comply with these Specifications and any applicable state or local requirements. 13. C : I omesti.c Portland cement complying with. ASTM C1.50. Air entraining cements shall. used. Cement brand shall be subject to approval by the Engineer and one brand shall be throughout the Work. Refer to Table 1 for cement type(s) to be used with each class of nerete. ION'. Fine aggregate: Washed natural sand conforming to the requirements of ASTM C33. D. Coarse aggregate: NN'ell-graded crushed stone or washed gravel conforming to the requirements of ASTM C33. Grading requirements shall be listed in ASTN4. C:33 Table 2 for the specified coarse aggregate size n.umber. Limits of Deleterious Substances and Physical Property Requirements shall be listed in AST 4 C33 Table 3 for severe weathering regions. Size numbers for concrete mixes as shown in Table 1. herein. The nominal maximum size of coarse aggregate cannot exceed 03300-Cast-in-:Palace Concrete. 03300-5 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacernerrt SECTION 03300 CAST -IN -PLACE CONCRETE (c€ iiWiued) one -fifth (1/5) the narrowest form dimension, one-third (1/3) of slab total thickness, and three - fourth (3/4) the minimum clear spacing between reinforcing steel bars. E. Witer: Potable water free from injurious amounts of oil, alkali, organic matter, or other deleterious substances, and meet the requirements of ASTM. C."1602. F. Admixtures: Admixtures shall be free of chlorides and all a.lis (excq)t for those a.ttrib water). When it is required to use more than one (1) adrn.ixture in concrete mix, the es shall be fron7. the same manufacturer. Admixtures shall be compatibwith tl mix including other admixtures. 1.. Air entrai.n.i.n.g admixture. The admixture shall. comply wi 1V1 C260. rop ioning and mixing shall be in accordance with ufacture�r's r e e ations 2. NNater reducing agent. The admic"NA comp 7 STM ( pe A. Proportioning and mixing shall be in accorda... -'th manuf Is- r•ecorrtn Ft ons. 3. High -Range NV ter Red sticize aclmixtu s 11 comply with AS TM C494 Type F and shall result n-segrecy asticized to with little bleeding and with physical properties 'at.erice � t t" cone -t e tre�te Crete shall be capable of maintaining to i e c f 30 in' s o tw q depending upon th.e productt use ortioa ng mixing e in ce with manufacturer's recor' d 4. Ad ixtur causinghnffle & or a- a c ettin Crete shall not be used without written approva t Engin' �t ien. all ie admixtures shall. be retarding or acceleratinc, wat- o "gh nge wa sing admixtures. G. Pozzolan (F r s k?� 0' 1. Po• an fall be s fly ash c plying with AST1-I C618, including the requirements 1 e, a ,oss off 1061) shall. be limited to 3 percent (3% maxii'n.um. 2. sting of the ash and tln fly ash arid concrete mixture is required to provide test data cortfirrn that the fly ash. in combination with. the cement to be used meets all strength. re u' s and is compatible with the other concrete additives. Provide material c' rons from the fly ash. supplier. Pozzolan. shall be tested in compliance with. ASTM. C 31.1 with the following restriction: A minimum of one (1) sample weighing four (4) pounds shall be Liken from each 200 tons of pozzolan. supplied for the project. Sheet Curing '_Nhatcria.ls: NNaterproof paper, polyethylene film, or white burlap -polyethylene sheeting all complying witli A.S'Tl�•:I C"171-. Liquid Curing Compound: L.i.qui.d rn.embran.e-forming curing corn.pound shall. comply with the requirements of ASTM C309 Type 1-D (clear or translucent with fugitive dye) and shall contain no wax, paraffin, or oil. 03300-Cast-in-:Palace Concrete. 03300-6 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall arid Chute Replacernerrt SECTION 03300 CAST -IN -PLACE CONCRETE (contiyaued) Vapor Retarder: Vapor retarder shall be Stego 10 mil Class A vapor retarder or approved equal. 2.03 N111NES A. Development of mix designs and testing shall be by a concrete ready -mix supplier a.eceptakle the Engineer, engaged by and at th.e expense of th.e Contractor. 6 B. Select proportions of ingredients to meet. the design strength and materials limits specifi le 1. and produce concrete having proper placability, durability, strenggt appear ...c tl required properties. Proportion ingredients to produce a homage fixture w • 1 readily work in corners and angles of forms and around reinforeem� lout pe ttin erials to segregate or allowing excessive free wat collect on t C. ']'he design rn.ix shall be based on historVdi., eriera.ce ious ex with prior rn.ixes with. essentially the same proportions me cos ' u is or, if v i.]abl.e, be developed by laboratory tests. NX 1. If developed by la.borat w7ater of the ci to shall be based on a curve showing the relation be e water cam ous rat even ( and 28-clay compressive strengths of concret using t - o osed ma Is. he vax es all be deten-nined by four or more po re ti ara avers e lue of s e (3) test specimens at each age. 7' es shy l ha e a range es su n to yield the desired data, includ' c ° pyessive s hs spe yc ithout trap a.tion. The water contentof the cone r s tikbe used, as det ' .. from th ca e, shall. correspond to strengths 16 percen (161,/b ° r an e 'r� d esig s . ths. The resulting mix shall not conflict with th l' ing values lximum ementitious ratio and net maximum cementit.ior ° coy - as speci in able 1. D. Coynpressi e : The r o con -.x or mixes shall be tested to demonstrate co plis ce wi e com n stre.1 . a. re 'reinents in conformity witli th.e provisions ofAC'I 318.E 1. e air, as red by 1 31, shall be as Shawn within. the range of 4.0 to 7.0ni). 1. If the air entraining agent proposed for use in the mix requires testing methods other than A 1NI C231 to accurately determine air content., make special note of this requirement in mixture subrn.ittal. required under paragraph 1.04. 1'. n of the concrete as measured by AS TINT C1.43, shall be 4-in.ch tnaximuyn.. If the plasticizer ed, the slump indicated shall. be that measured before plasticizer is added. Plasticized concrete all have a slump ranging from 6 to 9 inches. Proportion admixtures according to the manufacturer's recommendations. Two or more admixtures specified may be used in the same mix provided that the admixtures in combination retain full efficieney and have no deleterious effecton the concrete or on the properties of each other. 03300-Cast-in-:Palace Concrete. 03300-7 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push NVall and (Ante Replacement SECTION 03300 CAST -IN -PLACE CONCRETE ("c€ iithmed) H. The concrete mix design in Table 1 shall contain Silo -Fiber Novomesh-850 blended fiber, or approved equal, at a dosage rate of 24 pounds per cubic yard. Fibers shall. be added froln. the manufacturer's pre -measured bags and according to the manufacturers recommendations in a manner which. will ensure complete dispersion of the fiber bundles as single rnonofilarnents with' the concrete. I. The concrete mix design in fable 1 shall contain Silica Fume admixture at a dosage rate by weight of cement.itious material. The Silica Fume shall be in addition to ra a replacement of =.n.en.ti.tious material.. Cernentitious Cement Coln res. ' \lini u ags Il Coarse. Class 1 4 t-th and gate Aggregate ment 3 4 C150 Typ q 6.5 C33 � 7 ementitiolls �� /C Fly', ' l L F RWR Class 6C 98.X .:.;J ?eS T `eS 'Yes NO'IFS: 1. ASTM 2. Minimum 6. ly aslt, to 20 III e strenAlf.91N, psi at 3 0 ce of total. c&uwditious material by weight. Reduce fly ash percentage to 1-5 It (15-2V from October through March. Fly ash may be used in any mix in with the requirements of Article 2.02.E and other provisions of this section.. 7. stair entraining admixture L'R is water reducing admixture 1IRNU7t is high range water reducer EICI. TION 3.01 MEASURING M. TERIAI S A. Concrete shall be composed of Portland ",meat, fine aggregate, coarse aggregate, water, and admixtures as specified and shall be produced by a plant acceptable to the F,n.g.ineer. '1'h.e addition. 03300-Cast-in-:Palace Concrete. 03300-8 January 202 % City of Fayetteville, Arkatisas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replaceinerrt SECTION 03300 CAST -IN -PLACE CONCRETE (continued) of any high range eater reducer will occur on site after concrete has been tested for slump and air content and sampled for compressive strength (if as directed by Engineer). 13. Measure materials for bateh.i.ng concrete by weighing in con.fonnity with and within the tolerancok given in ASTM C94 except as otherwise specified. Scales shall have been certified by thelopc Sealer of Weights and Measures wi.th.in. one (1) year of use. C. Measure the amountof free water in fine aggregates with a moisture meter. Com -or varying moisture contents of fine aggregates. Record the number of gafforts of tched on printed batching tickets. D. Admixtures shall be dispensed either ma using ca.li-ainer, suring tanks, or by means of an automatic dispenser app y the Lila el' of tll led admixture. 1. Charge air -entraining anti admix s to the n r as a solution using an automatic dispenser or si -ing d' 1 2. Inject multiple admix . s , parately the bate . pecluenck 3.02 MIXING AND '1`IZ Y�`I G P � A. Concrete sh• c y- ixcc °d e prod c equip nt a-pta.ble to the Engineer. No hand -mixing )err fitted. Clean ea It mix tl c 1'um and reverse drum rotation before the tru i po e s envt n lant. each transit -mix truck with a ,uocontinuous, non -re, s ltiter s17ow e number of revolutions at mixing speeds. B. Ready -mix o �Dekshall t n orted t 1 Yin watertight agitator or mixer trucks loaded not iln e , ess o eir rates hies as s atec li the name plate. G f sha c o -at.ed i nal mixing of at least 35 revolutions. The amount of eel sha lown. o eac.. hvery ticket. ']'he addition of water shall not result in an ex alnce 0 -he imum er;' ernent ratio of the concrete mix design, nor shall itt result in an exceeda of th.e rrlaximurn. permitted slump of 4 inches wi.th.out the addition of approved concre res. 1). A(4K I plant and rolling stock. equipment and m.eth.ods shall cornpl.y with A.C:I 31.8 and AST •1 lest equipmentof size and design to ensure continuous flow of concrete a.tthe delivery end. 11,,.Ietal or rnetal-lined non-ahnninum discharge chutes shall be used and shall have slopes not exceeding one (1) vertical to two (2) horizontal and not less than one (1) vertical to three (3) horizontal.. Chutes more than 20 feet long and chutes not meeting slope requirements may be used if concrete is discharged into a hopper before distribution. F. Re -tempering of concrete or mortar that has partially hardened (that is, mixing with or without additional cement, aggregate, or water) will not be permitted. 03300-Cast-in-:Palace Concrete. 03300-9 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push NVall and Chute Replacement SECTION 03300 CAST -IN -PLACE CONCRETE (continued) G. Handle concrete from mixer to placement as quickly as practicable while providing concrete of required quality in the placement area.. Dispatch trucks from the botching plants so they arrive at the work site just before the concrete is required, thus avoiding excessive mixing of concrete wh.i.. waiting or delays in placing successive layers of concrete in the forms. 11. Furnish a delivery ticket for ready mixed concrete to the Engineer as each truck. arrive 1 ticket shall provide a. printed record of the weight of cement and each aggregate ned individually Use the type of indicator that returns for zero punch. or re ins to a o Obateb. is discharged. Clearlv indicate the weight of fine and coarse agg = cement. a va - r in each batch., the quantity delivered, the time any water is added, numeri 1 se ence of the delivery. Show the time of day batched ime of disc the tr I. Temperature Mixing Time Con A 1. In cold wea.thcr (see pa 3.07.D m the a •- x temperature of the concrete and concrete temper•at s the tim entent • ' rm.s a, ' dicated in Table 2. 2. If water or agg g as b ea c, eombir nt �vit e in the mixer before cement is a �o n ad efnent t r� re, o e and aggregate when the temper e c ixt.ure r: ata t.ha. 3. In hot we, er, c 1 Ni-diNits =f e to m° ernperature of the concrete below the maximum p temperatur 0°F. If n y, substitute well -crushed ice for all. or part of tIV, m> vat.er. 4. The rn _ r t me ink 1 tween ion of mixing water anchor cement to the batch an 'lacir f eoner i e forms sha.... of exceed the followi.n.g: Table 2 ;ir oncrete a erature (NA1ic�lre�ver Is LIigher)-Ia�xirrumi Time °C) 80T to 90OF(32°C:)...........................................45 minutes 1°C') 70" F to 79" F (26`)C.)...........................................Cif) minutes (5°C) 40OF to 69T(20°C).............................................90 flinlutes I an approved high range water reducer (plasticizer) is used to produce plasticized concrete, the maximum ti.rri.e interval. shall. not exceed 90 rn.inutes. N e?STALLAHON CONCRETE TOPPING A. Remove the debris and clean the surface by sweeping and vacuuming of all dirt and other foreign materials. P. Saturate the concrete surface for at least 24 hours prior to placement of the concrete grout. Saturation. may be maintained by pondi.n.g, by the use of soaker hoses, or by other methods acceptable to the Engineer. Remove excess water justprior to placementof the concrete grout. 03300-Cast-in-:Palace Concrete. 03300-10 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push NVall and Chute Replacernerrt SECTION 03300 CAST -IN -PLACE CONCRETE (continued) Place a. cement. slurry immediately, ahead of the concrete grout so that the slurry is moist when the grout is placed. Work the slurry over th.e surface with a broom. until it is coated with approxirn.ately li 16 to 1/8-inch thick cement paste. 1. A bonding grout may be substituted for the cement slurry. The bonding grout shall composed of one part Portland cement, 1.5 parts fine sand, an approved boti ding admix and water; mixed to achieve the consistency of thick paint C. Provide tooled control joinbs as indicated on. the Drawings. D. Finish and cure the concrete grout as specified in this Specific ` 3.04 INSPECTION AND COO:RDI:NAl:1ON A. The bat.ching, mixing, trans po ing, an i or Of co c e small be subject to the inspection. of the Engineer at al 1'h.e C: ctushall a s' re Engineer of readiness to proceed with each concrete p t a.tleas Irs in ac c. The Engineer will inspect the preparations for eoneretin i ludi.n.g aratior reviou. - placed concrete; the reinforcing: and the alig , cleanli 0 °, d tight s orno or o placement. shall be made without the in and , tar a of the I` eer. 3.05 CONCRE -CE A. Concrete mix s ' it>g�. ooMP col _ i Zor coati e coarse aggregate with paste shall be rern.ixed. Ifthis do correct the c n.- the co . tall be rejected. If the slrunp is within. the allowable 1' it, b t ce ssive eding, poor rlit:y; or poor linishability are observed, ch.an.ges in. the co e mix sha b fined o jesting one or more of the following: 1. Th rad, of ag 2. port' i and cot Or gate, low 3. ne pert tam entrain a` within the allowable limits. B. Coner c Work shall provide a homogeneous structure which, when hardened, will have the r strength, durability, and appearance. Mixtures and workmanship shall be such that co , e urfaces, when exposed, will require n.o f nish.in.g. When concrete surfaces are stripped, t c crete when viewed in good lighting from 10 feett away shall be pleasing in appearance, and feet shall show .no visible defects. 3 6 , INT) CONIRACTING Placing Verify that all the forrnwork completely encloses concrete to be placed and is securely braced prior to concrete placement. Remove ice, excess water, dirt, and other foreign materials from forms. Confirm that reinforcement and other embedded items are securely in place.:Ilave a competent workman at the location of the pour who can assure that reinforcement and 03300-Cast-in-:Palace Concrete. 03300-11 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacernerrt SECTION 03300 CAST -IN -PLACE t'CiNCRETT+; (contitmed) embedded items remain in designated locations while concrete is being placed. Add water to semiporous subgrades or forms to eliminate suction of water from the mix. Seal extremely porous subgrades in an approved manner. 2. Deposit concrete as near its final position as possible to avoid segregation due to rehanlli or flowing. Place concrete continuously at a rate which ensures the concrete is bft integrated with. fresh plastic concrete. Do not deposit concrete which has partiallygertIN., or has been contaminated by foreign materials or on concrete which has hardened s to cause formatiorf of searn.s or planes of weakness within. the seetin. If t s ti ot ann be placed continuously, place construction joints as specifie o 4 approve . 3. Pumping of concrete will be perrmit Use a. mixtable A&I ing and submit for approval. The maximum size o a e aggrery in the uld be limited to one-third of the smallest inside d' rnet of the c l ei system. 4 4. Remove temporary spread forms ' sprea is onger useful. Temporary spreaders may remain c in con when c 'galvanized metal or concrete and if prior approval lr 7 obtair7 5. Do not place for o c elenle s it co t piously placed in the supporting e. colum S. sl arad,nr a tas rea equate strength. Prepare preynviou 1 - nd har toner, Nlaces b clea g using steel brushes and applyin ag nt in accordance anufactu ' nstructions. 6. Where surface i is to forin ase of a f especially surfaces designated to be painted, wo k cr ggrega ack roan fo s n a suitable tool to bring the full surface of the mort ai.nst the... vent tl tion of excessive surface voids. 7. Sl s er st ' neade c and jointing materials have been positioned, the �on.cre l e pl ced titwously between construction joints beginning at a but 'ad, eform, o er. Each batch shall be placed into the edge of the previously pwkcoticrete to avoid stone pockets and segregation. i, id delays in casting. I:f there is a delay in casting, the concrete placed after the delay hall be thoroughly spaded and consolidated at the edge of that previously placed to avoid cold joints. Concrete shall then be brought to correct level and struck off with. a straightedge. Bull floats or darbies shall be used to smooth the surface, leaving it free of Jp tq§� humps or hollows. c. N'liere slabs are to be placed integrally with the walls below them, place the walls and compact as specified. Allow one (1) hour to pass between placement of the wall. and the overlying slab to permit consolidation of the wall concrete. Keep the top surface of the wall. moist so as to prevent cold joints. 03300-Cast-in-:Palace Concrete. 03300-12 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacernerrt SECTION 03300 CAST -IN -PLACE t'CiNt'RErI'E (coirthiued) Formed Concrete a. Place concrete in fonns using tremie tubes and taking care to prevent segregation. Bottom of tremie tubes shall preferably be in contact with. the concrete already place Do not permit concrete to drop freely more than 4-feet. Place concrete for walls 1 inch to 24-inch lifts, keeping th.e surface horizontal. If plasticized concrete is used, maximum lift thickness may be increased to 7 feet and the maximum free fall o c t shall not exceed 15 feet. B. Compacting 1. Consolidate concrete by vibration, ling, spadin or fo that concrete is thoroughly worked around rein Z embedd , and o , and into corners of foren.s. Puddling, spading, et, sha conti u, y perfo it ng with vibration of the placementt to eliminate ° e pocle may c° neycoinbing, pitting, or planes of weakness. 2. All concrete shall be °e and co with rtr i al. vib ors. The number, type, and size of the units e appro - b_ he Engi in - dvawel acing operations. No Concrete shall ed '1 a cient ap' � l 7ibra ding standby units in working ord, the j ,. 3. -minim en -of 7,000 revolu r minutes uired for mechanical vibrations. Ins eit vib tors a 'i lr k at o' s o 8 inc e inches apart. At each inseiLion, vibrate suff'cie 1 consolidate rete, gen rom 5 to 15 seconds. Do not over vibrate so s t egate. " °ep sr spare r on the site during concrete placing operations. 4. Co ere s: Co or slabs le r.an. 8 inches thick shall be consolidated with �yi g scree( shes t. inches thick shall be compacted with int.erna.I vibrators tion• vibrat e- s. Vibrators shall always be placed into concrete call.y a. not b and b 'zontal.ly or laid over. 5. Walls Columns: Internal vibrators (rath.er than. form vibrators) shall. be used unless of approved by the Engineer. In general, for each vibrator needed to meltdown the Rflie point of discharge, one or more additional vibrators must be used to densify, genize, and perfect the surface. The vibrators shall be inserted vertically at regular tervals, through the fresh concrete, and slightly into the pre%, ious lift, if any. \mount of Vibration: Vibrators are to be used to consolidate properly placed concrete but shall not be used to move or transport concrete in the forms. Vibration shall. continue until.: a. Frequency returns to normal b. Surface appears liquefied, flattened, and glistening c. Trapped air ceases to rise d. Coarse aggregate has blended into surface but has not disappeared. 03300-Cast-in-:Palace Concrete. 03300-13 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacernerrt SECTION 03300 CAST-INTL ACE C'OM'RI+.rl'E (c€ iithiued) .t:37 C,MNG AND PROTECTION A. Protect all concrete work against injury from the elements and defacements of any nature during construction operations. B. Curing Methods 6 1. Curing Methods for Concrete Surfaces: Cure concrete to retain moisture an ° in specified temperatures at the surface for a min.i.mum. of three (3) day after pl. a ,wring methods to be used are as follows: a. Water Curing: Keep entire con surla.ce we ing, c i s sprinkling, or covered with. saturated burlap. 7.. �.�'et cure s as con sins an. initial set and maintain wet cure over 2 hou a day. 4 b. Sheet Material Curing- r en.ti: iae with a aterial.. Securely anchor sheeting to prevent d air f ng the tin or entrapping air under the sheet. Place and s rr° ,Meet as pw initial set oe rs. c. Liquid M ,uri p over the n e one.. except for surfaces to receive al c T.I. rete. urrng c p d sltal a placed on any concrete Sur., a dit.ionarctc is aced, -e s ace coa.t.ings are to be used, or w e r concrete finish re rtegral fl o.. oduct. Curing compound shall be ap ied as "o rn s tie; fr -Y t- o t e su disappeared and no water sheen is visible, bill fter the con is dry or 3 . e curing compound can be absorbed into the coj e. Appkatio shallc compliance with the mantrfact.urer's 2. Spe4cified s Slabs recctu uring. N a.te,r curing only. n Gafde and t' s (not used to contain wa.ter): 'Wa.ter curing, sheet material or liquid rri.embrane curing. Slabs (,other than water containment): Water curing or liquid membrane d. Horizontal Surfaces that will receive additional. concrete, coatings, grout, or other material that req wires bond to the substrate: Water curing. 41\ N e. Formed Surfaces: None if non-absorbentt forms are left in place seven (7) days. Water cure if absorbent forms are used. Sheet cured or liquid membrane cured i.f fonn.s are removed prior to seven (7) days. Exposed horizontal surfaces of formed walls or columns shall. be water cured for seven. (7) days or until next placement of concrete is made. 03300-Cast-in-:Palace Concrete. 03300-14 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push NVall and Chute Replacernerrt SECTION 03300 CAST -IN -PLACE CONCRETE (continued) f. Concrete Joints: Water cured or sheett material cured. C. Finished surfaces and slabs shall be protected from the direct rays of the stin to prevent checking and crazing. D. Cold N eather Concreting 6 1. For this Specification, "cold weather" is defined as a period when, for more tha (3) consecutive clays, the average daily outdoor temperature is less tha WE T ie daily temperature shall be calculated as the average of the higl d the log e pera.ture during the period from midnight to nti.dnight. 2. Concrete placed during cold wea^ i Il be bat livered r and protected in compliance with the reeorrtrrf.end ions ....ICI 3 F a d the ad ' a requirements of this Section. 3. The Contractor shall d' - ropOee. discussion shall enco s the rn.ed weather including roductipar temperature ir7 of nThe changes in w on.diti ns o� uipmen gin ANAc work 4. The min im to Nae �f co r n e period shall. be Gated in Iab the the protect" n pei hall no Gee these and non..-un.. heatingWenerete. a 0 r lan with the Engineer. The lioposedfor use during the cold Mp acerncit, p ection, curing, and ires emented upon abrupt shall discussed. Cold weather at e to e Engineer. acement and during the protection oe of the concrete in place and during more than 20°F. Prevent overheating inrmn Diine ji:sioii of Se9ctioji _ 12 In lics 12 to -6 inches 55°F 50nF ods of cold weather, concrete shall be protected to provide continuous warm., (with supplementary heat when required} for a. total of at least 350 degree-days Degree-days are defined as the total number of 24 hour periods multiplied by the weighted average daily air temperature at the surface of the concrete (e.c, 5 days at an average 70"F = 350 degree-days). b. To calculate the weighted average daily air temperature, sum hourly measurements of the air temperature in th.e shade at the surface of the concrete taking any measurement less than 50°F as O-F. Divide the sum thus calculated by 24 to obtain the weighted average temperature for that clay. 03300-Cast-in-:Palace Concrete. 03300-15 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacernerrt SECTION 03300 CAST -IN -PLACE CONCRETE (corrtitmed) Salt, manure, or other chemicals shall not be used for protection. 7. At the end of the protection period, allow the concrete to cool gradually to the w ibient temperature. If water curing has been used, the concrete shall not be exposed to tern.peratur below those shown in Table 3 unless at least 24 hours has elapsed since water curing h° been. terminated. 8. During periods not defined ifs cold weather, but when freezing temperatures are e or occur, protect concrete surfaces from freezing for the first 24 h.our.after. pl. n I . Hot Weather Concreting �. '%C� St Cn For this Specification, "hot weal .low relative humidity and wind in ACI 305.1, approaching gtil. 2. Concrete placed during 7 her, sha. in compliance with. th� ec mend this Specification. a. Tempera con=01oncrete placed ma o tar a of th to : all be such thatlalk set, or old.j t . 6 atrnect as "which M 0.2 u 1 per squa a per hour (lb fi--1>r). O ched, d e , pla.cecl, cared, and protected Wi air temperatures, oration as estimated ACI 3 a cT the atWitional requirements of Lrt excee ' and every effort shall be peratt -be this level. The temperature ause no r hies from loss of slump, flash, 4 b. All ne,-°ssa ';cautio rall''be tick-Y omptly deliver, to promptly place the con.cret n r.t5 arriv h aoban. c -ide vibration. immediately after pl.aeern.en.t. c. The Ii . Weer a r c the C o tra o immedi.atel.v cover plastic concrete with sheet terral. Contr ...a.1 dis ss - the I,ngi.neer a work. plan describing the rn.etbods and ocedur-•s h ' e propos , t tse for concrete placement and curing during hot weather period jot weather concreting shall not begin until the work plan is acceptable to the E 41\ N 03300-Cast-in-:Palace Concrete. 03300-16 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push NVall and Chute Replacernerrt SECTION 03300 CAST-INTL ACE CONCRETE (`c€ iithiued) 1.08 RENIOVAL OF FORA S A. Except. as otherwise specifically authorized by the Engineer, fonns shall not be removed before the concrete h.as attained a strength of at least 30 percent (; )0't)) of its specified strength, nor beforc reaching the following number of degree-days of curing (whichever is longer): Table 4 1Q, F orin s for D€ cgree Days Beams and elevated slabs 500 t�'6Ills and vcrtieal surfaces 1 (See definition of degree y. 'tI paragr D.5.a 13. Shores shall not be removed r, . nerete . a ined a t 0 percent (70%) of its specified design strength and icient s h to sup p sIv its own weight and the construction live loads upon ` 3.09 FI::ELD TESTS C� A. Sets of field co inder (ec ' ens will n durin Y progress of the 'Work, in compliance ,I .31. I'h ber of is oncret est c i.n.ders taken. of each class of concrete plac ayKiall not be less cc a day; or �ss than once for each 50 cubic - yards of cover 1-. A "set" oft t c * rs cons` f six (CS) c three (3) to be broken at three (3) days and thei t s a.verag d ree (3 sed to verify strength after 3 days if 3 days breaks r 17. 2. -rs shou l ed be' ing to maintain a uniform load distribution. Cvlinders a ...eral 4 i Sul compliance with. AS'I'M C 617 or neoprene pad caps i complia 1ST Cl 3. XAMie lerage 3 day compressive strength of the cylinders it any set falls below the re i ompressive strength, proportions, water content, or temperature conditions shall be c to achieve the required strengths. 13. ntractor shall. cooperate in the making of tests by allowing free access to the work. for the Lion of samples; providing an insulated closed curing box for specimens- affording protection the specimens against injury or loss through Contractor's operations; and furnishing material and labor required for the purpose of ta.lcingyconcrete cylinder samples. Curing boxes shall be acceptable to the Engineer. C. Slwn.p tests will be made in the field immediately prior to placing the concrete. Such. tests shall. be in.ade in accordance with ASI'M C143. If the slump is greater than th.e specified range, the concrete shall be rejected. If slump test resulted in a shear slump failure, the slump test should be repeated.:If shear slump failure re -occurs the concrete batch is to be rejected. 03300-Cast-in-:Palace Concrete. 03300-17 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push NVall and Chute Replacernerit SECTION 03300 CAST -IN -PLACE CONCRETE (cmnthwed) D. Slump flow tests will be made in the field immediately prior to placing Self Compacting Concrete (SCC) in compliance with ASTM C1611. Slump flow spread average diameters should not. exceed 30 inches. I. AirContent: Test for air content shall be made on a fresh concrete sample. Air conten concrete made of ordinary aggregate having l.ow absorption shall be made i.n. cotnplia t either the pressure method complying with ASTNI C231 or by the volumetric method tng with. ASTM C 1.73. :If lightweight aggregates or aggregates with high sorpti . e d, the latter test method shall be used. F. Temperature. Test for temperature shall lade on a fr etc sat ccordanec with ASTM: C.1064. G. Density. Test for density shall b accorda AST-N 3.10 FIELD CONTROL A. The Engineer may requi -Y „ . cores b Y e from a es r - in the concrete work such as construction ' ..rd Cia ions as r- a or d' n of concrete quality. The results of tes h corth.e ba, ccepta..., , r `ection, or determining th.e continuation c tc ork. B. The Contracto shall °o p , tON is ' r ores by a ng free access to the Work and permitting the use of s, scaf%ldir n such inc equiprn.ent as may be required. The Contractor shal repi ' corek7ks., hec o tting and testing the cores 4vi11 be in accordance with fans. 3.11 FAILLNE TO JAET RE IENT, A. ;SWZ Irerr�,Nisebvthe& I hens made and tested in compliance with the previous s fall 1 val s gib rable 1., th.e Fn.gi.n.eer shall have the right to require ch -,s in prQporti@f9 outline my to the remainder of the )Vorl . Furthermore, the Engineer shall have glit to require ad ttional curing on those portions of the structure represented by the tes terns which failed. The cost of such additional curing shall be at the Contractor's expe die eventthatsuch additional curing does notgive the strength required, as evidenced by - &oi• load test, the 1-1ngin.eei• shall. have the right to require strengthening or replacement h °e portions of the structure which fail to develop the required strength. The cost of all such borings an.dror load tests and any strengthening or concrete replacement required because engths of test. specimens are below that specified, shall be entirely at the expense of the Contractor. In such cases of failure to rn.eet the strength. requirements the Contractor and Engineer shall confer to determine what adjustment, if any, can be made in compliance with the subsections titled "Strength" and "Failure to Meet Strength Requirements" of ASTM C94. The "purchaser" referred to in C94 is the Contractor in this Specification. 03300-Cast-in-:Palace Concrete. 03300-18 January 202 % City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacernerrt SECTION 03300 CAST-INTL ACE CONCRETE (c€ iAitmed) 3.1.3 C. A. B. NWhen the tests on control specimens of concrete fall below the required strength, the Engineer will permit check tests for strengths to be made by means of typical cores drilled from. the structure in compliance with ASTM C42 and C39. In the case of failure of the cores, the Engineer, in addition to other resources, rn.ay require, at the Contractor's expense, load tests on. any one of t. slabs, beams, piles, caps, and columns in which such concrete was used. Test need not be pia until concrete has aged 60 days. Should the strength of test cylinders fall below 60 percent (60%)) of the required mini ay strength, the concrete shall be rejected and shall be removed and replaedd. PAIVI-IP G As soon as the forms have been stri1)eSW the cone Iurfaces fins and other prgJeetions shall be removed; recesses defects, which do not impair strut tuw adjoining work stained by l.eaka `c of tiesea'l e filled; and surface C , exposed surfaces and tieta.l lies. Holes are then to be h, ate � ll.owed by a IJ 1.6-inch. a lte �mmedi.ately plug the ix s Nt damp to the touch (just ia!lwvexcess of paste appears on vy pressure. Avoid burnishing. nt and sand as used in the parent i.ddit.ion of proper amounts of white i age of one (1.) to five (5) days if Exercise care to avoid damaging or /ash thoroughly to remove all rubbed including adequate forming, proper :d concrete surfaces will. require no )y the Engineer shall be repaired as ig Concrete. 03300-Cast-in-:Palace Concrete. 03300-19 January 202 % City of Fayetteville, Arkansas Fayetteville Traltisfer Station Improvements Metal Push Wall arid iAnite Replacernerlt SECTION 03300 CAST-INTLAC E t'CiNt'RI+.rfE (cmithmed) ,.14 SCHEDULE A. 'The following (`fable 5) represents the general applications for the various concrete classes and design strengths: 03300-Cast-in-:Palace Concrete. 03300-20 January 202 % City of Fayetteville, Arkansas Fayetteville Tral %fer Station Improvements Metal Pmli Wall and Cliute Replacement .SECTION 03740—NIt)DUICNI'lON OR REFAIR OF:IAISTING. CONCRETE 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipmentrequiredto modify or repair existing concrete as shown o the Drawings and as specified herein.. � B. 4N'ork. includes patching concrete, removal of anchor bolts or any embedment. Work is section also includes bonding new concrete pours to existing., " l hardened crete. C. NVork under this Section may be perforrn.ed as a remedy for i ) y placed or orly placed concrete. Pcrforni such work only after re erring written cl:ir do s from th ineer. 1.02 REL ATED SECTIONVS , . Section Q231G Structural Exc° n ael fill' rading B. Section. 03200 — Concrete I tn.ent C. Section. 03250 — ("on c is and eeesson � D. Section 03300 — as lace C. ncr e IIJiJ��„ 1.03 REFERE-C : TAINQ S A. , tnerican Society for es ig and dilater s (ASTN 1° st edition: 1. ASTM _ Q Stand, t Met llo mpressive Strength of Hydraulic Cement Using It r 0-mm I Cube Specinletls) 2. '881 4., dard tion for Epoxy -Resin -Base Bonding Systems for .oncr 3. STM 82 Stan.da.. ' st Method for Bond Strength of Epoxy -Resin. Systems Used With Concrete By Slant Shear 4. D790 Standard Test Methods for Flexural Propefl:ies of Unreinforced and Reinforced Plastics and Electrical l:n.sul.ating :Materials ASTM G109 Standard Test Method for Determining the Effects of Chemical Adtn.ixtures on Corrosion. of Embedded Steel Reinforcement in Concrete Exposed to Chloride Environments 03740=?vl:odification. or.R.epair 03740-1 January 2025 of Existing Concrete City of Fayetteville, Arkansas Fayetteville Tral %fer Station Improvements Metal Pmli Wall and Chute Replacement SECTION 03740—NIODIF'IC'NI'1ON OR REFAIR OF FIXISTING. CONCRETE (continued) 1.05 SU13'1.1I`I`"IAl_:S A. See Section 01300, Submittals for submittal procedures. Submit shop drawings and product data. showing materials of construction and details of installation for: 1. Bonding adhesives.:Product data including catalog cuts, technical data, storage and hand i .6 requirements, product life, mixing and application instructions, temperature consi -�r, and conformity to AS TM or other standards specified. Submit Nfitterial Safety D is (11�•1SDS) for all adhesives. 2. Patching materials. Product data including catalog cuts, ter `ca.. data, storag nd handling requirements, product life, mixing an application instrt do s, tem er t , considerations, and eonformitu to AS I''1 or other , ds specifne it 1�1ate ety Data Sheets (MSDS) for all patching materials. B. Samples 1. Samples of adhesive c shoring in if reclu y the I7ngineer. INK C. Design :Data 1. Doweling a es Submi. a facturer' test da in. g bond and shear strengths for the t einforcemcn be bon t existirfg Crete. D. Test Reports N*� 1. ManufactuUs n fed test, o dhesives, ed by an independent testing laboratory, indisat llo if�g , pro Gf t' the AST-1 method used to determine each: Comp.. ss 7 strengt , bond str fnodulus of elasticity, and shear strength. 2. 4Aj w - urer`s f test54 sing materials, performed by an independent testing t.ory g the trength properties and the ASTM method used to ermine a z: ompre, ive , ngth, tensile strength., bond strength., modulus of elasticity, nd she strength. E. Qualiff t e; 11 esive manufacturer: Demonstrate at least fine (5) years of experience in. the manufacture o products of the type to be provided. Document manufacturers program for tra-ini ig and technically supporting field personnel.. 2. Patching material manufacturer: Demonstrate at least five (5) years of experience in the manufacture of products of the type to be provided. Document manufacturer's program for training and technically supporting field personnel. 03740=?vt:odification. or.Repair 03740-2 January 2025 of Existing Concrete City of Fayetteville, Arkansas Fayetteville Traitisfer Station Improvements Metal Pmli Wall and Chute Replacement SECTION 03740—NIODIPIC 'PION OR REFAIR OF:FAISTING. CONCRETE. (continued) 1.06 INVl QUALITY ASSU RAlolO, A. Qualifications A. 13. 1. Applicator: Firm speciallZin- in concrete repair approved by the materials manufacturer. 2. Manufacturer: The manufacturer of the products specified shall have not less years of documented experience in the manufacture of such products and ongoing program to provide training and technical supportfor the g ntractoi SYSTETNI DESCRIPTION l lodify and repair concrete at locations on the lira ncl spi Th.e :Engineer fn.ay, from. time to turn irect the C'ont o make concrete. -lake such repairs as -ii or by.o nods as Payment for such repairs w` Yin coin amg, with e c ne ctal repairs to existing ,eted by the Engineer. Conditions of these Specifications. 1..05 DE111VE tY S•roRA FTA,IN A. C:learl.y and rode ly r k all tan ers with ganfac rer ae, manufacturer's product ident.iffcatio cturer's ins ions fo x g, and w ngs for handling and toxicity. 13. Deliver rnateria s in , d c taaitiers i la els legi. intact. C. Storage should n ate in a suits a can and ion. approved by the Engineer. 1). Store all. in er 1 in. full ee with. t . n ufaeturer's storage instructions. E. Hand e a -ials in nner,&: realing container seals. F. ents sho t be i A u i necessary preparatory work is completed and application Ivor will st immediately. 1.09 PRO JI ' E RE )1JIREIVIEN"I'S A. F, ... ental Requirements Comply fully with manufacturer's recommendations as to the environmental conditions under which the products of this Section may be placed. 1';'kRT 2 PR0IN ICT'S � .til 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. 03740-TVIodification. or.Repair 03740-3 January 2025 of Existing Concrete City of Fayetteville, Arkansas Fayetteville Tral %fer Station 1:mprovements Metal Pmli Wall and Chute Replacement SECTION 03740—NI()DUICNI'lON OR REFAIR OF KIXIS'I LNG. CONCRETE (continued) 13. Similar materials shall be the end products of one (1.) manufacturer in order to provide standardization for appearance. C. Materials shall comply with these Specifications and any federal, state, or local regulations. 2.02 ADHESIVES FOR BONDING PLASTIC CONCRETE TO HARDENED CQNCRETEe-Nt� 2.03 A. Cement Slurry vo' 1. Cement slurry sliall be water and Portland cement, both as i d in Sectio ) 3300, Cast - in -Place Concrete mixed to a. heavy ps te. Cement slit sh not c n ash. B. Solvent -Free Polvmer Adhesives 1. Epoxy Adhesives a. Epoxy adhesive a two onent, s free, asbestos -free, moisture - insensitive epo. m, erial o fing to 1 ireme fA-STM C881. 46. b. Curing tem ra re re f (Class ci scosi shall be determined by supplier n tracto ftet roject c ons h, e be ablished. c. Mate altype: for loa �ai ppliq nding freshly mixed concrete to hardened co te. d. Epoxy r ve ottdin� y. ms shall a to the preceding requirements and shall be xies ley _ rporatio urst, New Jersey, or approved equal. 0 mixture. U bn.ent vinyl ester blend system supplied in single hardener, and capable of dispensing an accurately 1.. D adhesive shall be Ililti. Hit IIY-200 V3 Cartridge by I-Ii.lti Corporation, Tulsa, ma. 2.04 "C - NG MA.:I'E:RIALS epair Mortars Cementiti.ous :;Mortar a. Cementiti.ous tn.ortar shall be a polymer -modified, Portland cement, two-cotn.ponent, fast setting, easy tooling patching mortar, with an integral corrosion inhibitor. 03740=?vl:odification. or.Repair 03740-4 January 2025 of Existing Concrete City of Fayetteville, Arkansas Fayetteville Traitisfer Station Improvements Metal Pmli Wall and Chute Replacement SECTION 03740—NIODIPIC',tTlON OR REFAIR OF FIXISTING. CONCRETE (continued) b. Cementiti.ous mortar shall conform to the preceding requirements and shall be Sika-Top series by Sika Corporation; Masterpatch series by Master Builders Technologies; or approved equal. i r DODWINSWO �.t31 A. B. C. 1) IN GENERAL, Cut, repair, or otherwise tn.odif3- existing concrete as indicated on the Dr pings a, e and as mars be required by Contractor's error. Mork shall comply with . rcquircme ection and other requirements as noted on the I.}rawings. No existing concrete shall. be shifted, e oved, or o altered tt ithorization has been received from the Engineer. NNIen removing materials, or Vi. airing and erect barriers, shoring, braetherareas beyond the limits of td to l...ocate penetrations whenever possible. the locations o 1, lklech.an.ically 'ek contaminants and II necessary precautions uired to prevent damage to .isti.ng rein.forcem.en.t to drilling and adjust nv locations where concrete etn.bedm.ents to remove modification or repair. Yiaged for incorporation into new or repaired crete surrounding it, and cut, bend, or lap such not less than 1-inch of concrete cover between of the concrete. Tny rein.forcem.ent is exposed, chip out the concrete behind not less than tit -inch in. preparation for placing concrete krete is to be repaired in the vicinity of a control, expansion, or isolation joint, make as to preserve the line of and isolation. across the joint. 3. 2 IC)4�ING C(aN(�'RETE Remove designated concrete by line drilling at the limits and then chipping or jackhammering as appropriate within the areas where the concrete is to be removed. Exercise caution. to ensure that surrounding equipmentt or concrete, and existing reinforcement to be left in place, is not. damaged. Sawcuttin.g at the limits of concrete removal will be permitted only where specifically indicated on the Drawings or approved by the Engineer. 03740=?vt:odification. or.Repair 03740-5 January 2025 of Existing Concrete City of Fayetteville, Arkansas Fayetteville Traitisfer Station Improvements Metal Pmli Wall and Chute Replacement SECTION 03740—NIODIPIC NI'lON OR REFAIR OF:FAISTING. C'ONCRE;IT (continued) B. At all concrete removals where joints between new and existing concrete will be exposed to view thefinished work, th.e edge of the concrete removal. shall be made usi.n.g a I -inch deep saw cut on. the exposed surface of the existing concrete. Maintain this edge undamaged during removal of adjacent concrete. C. All saw -cut edges shall be straight and cuts shall. intersect at a right atigle. � D. Where existing reinforcement is exposed by removal. of concrete and would not no e protected by new concrete placed against it, coat the exposed surface u ` ag epox , ortar. with a. thickness of 1/4-inch, should be applied over the entire Cut S ace of the s �oncretc. E. Concrete to be left in place, which is damaged by t.he*C tr or, s al repaired to the satisfaction of the Engineer using appro d ans. 3.03 BONDING OR RE .P.., IRING CC) C"IT A. Where new concrete is to be pl •e ainst ex concrete or adhesive shall be applied to the surface of the existit ete. In. -pe calle Ti Drawings or by referring to schedule. 13. Dry, finished surface aired e shall ine color to ure of the adjoining concrete to the great e tcitt p 1 C. Preparation to Surfaces 1.. Protect surface.. on the li tiding t airs, against damage, abrasion., oi- spillage. 2. Coner- s to �FX' ndinor o materials will be applied shall be newly expose a • t co e of to d unsound tn.aterials. Prepare surfaces by me nic abrasio prohibit4d by nviromnental limitations. Prepared surfaces shall ,be o d, witl - ggreg sed, and free of any deleterious materials such as Ni-tor ce, c to Dun L oil. Irregular voids or surface stones need not be r Dyed if V , e so Ind my embedded into the parent concrete. Materials resulting rom suk#ce preparation. tee clues shall be removed. a. IoQan.ically abrade surfaces. by sandblasting, scarif}-ing, waterblasting, or other means i roved by the Engineer. Roughen the existing surface to a minimum amplitude di.stanee between. high. anal low points) of 1/4-inch. In areas where reinforcing steel bars are exposed, concrete shall be removed to a minimum of 1-inch around the bars. If reinforcing steel is cut through or the cross section area of steel. bars are reduced by more than 25 percent. (25° u) of its original dimension, the Engineer shall be.notified immediately. 03740='vt:odification. or.Repair 03740-6 January 2025 of Existing Concrete City of Fayetteville, Arkansas Fayetteville Tral %fer Station Improvements Metal Pmli Wall and Chute Replacement SECTION 03740—NIC)DIPIC 'PION OR REF'AIR OF FIXISTING. CONCRETE (continued) 4. Concrete sui aces to be bonded or repaired shall be dry unless water -insensitive cetnentitious products are used. a. f valuate tn.oisture content of concrete by determining if tn.oi.sture will collect at bond lines between old concrete and adhesives or repair materials before the latter have cure, ':Pest by taping a 4-foot by 4-foot (4' x 4') polyethylene sheet to the concrete surfaces moisture collects under the sheet before bonding or repair products would cu. Y the concrete additional. drying time before placing them. 5. R%here plastic concrete is to be bonded to hardened concrete, rias shal moisture content not exceeding saturated surface dry condition. 6. Surface temperature of the cone. e all be wt ` limits�m'�,n.ended by the manufacturer for the particular produ e used, case sh surace temperature . be below 40" F. � 7. The area of concrete to b tr ,1 shall to a min f 1/2-inch and a. maximum depth that results in n s e to rein. g steel. g concrete shall be chipped so that the minimum r ort.ar t.hi 1'2-incl D. Bonding and Repair' ocedu (:p 1. Product ton a. Condi one one s as re c c ed by t e a ttfacturer prior to mixing. b. 1\,,Iix co o n s in a cl&,�Vtainer ft• rmfiil residue or foreign particles. c. Th r io ly blen cents wit chanical mixer to a uniform. and homogeneous ix tu . N-lix s ches (up 1 q art) using spatulas, knives, or similar implements. catiot lives App# acllresive to con, using equipment recommended by the manufacturer for the 'c. ions and products being used. cc fresh plastic concrete within contact time of adhesive as recommended by the anufacturer. If epoxy adhesive cures to extent of losing its tack before plastic eon.erete is in contact with adhesive, remove or slightly abrade the first coatt before placing any additional coat. c. Consolidate freshly placed plastic concrete in accordance with A.CI 301 and ensure full bonding to existing concrete. At the completion. of .f..inishing operations, cure concrete in. accordance with the provisions of Section 03300, Cast -in -Place Concrete. 03740=?vt:odification. or.Repair 03740-7 January 2025 of Existing Concrete City of Fayetteville, Arkansas Fayetteville Traitisfer Station Improvements Metal Pmli Wall and Chute Replacement SECTION 03740—'1l0D1HC'X1'J0N OR REFAIR OF:FAISTING. CONCRETE (continued) 3. Application of Repair Mortar a. Apply repair mortar to concrete surface by trowel or screed. Thickness shall be maintained within the limits recommended by the manufacturer. b. After initial mixing of mortar, extra water should not be added to increase nro work -ability,. c. N1•ork. tn.ortar into place and consolidate thoroughly so that all,#ontacts s e wet by the mortar, and cntrappccl air is reduced to the vcl recof e y the manufacturer. d. Finish mortar surface to tex ..e lor, and ess re ec or the specific application. Repair mortar shall e a sm el trove e. Upon completion of fin ° peration and ad ar to cure in accordance with manufacturer's re ndations. 4. Cleanup a. Immediatel r€. ove a • a ;e or r ateri or spilled beyond the desired re in.g f teri s desi ,y tl a ' %e manufacturer. Avoid con n of the workarea. b. Repai mo sh lobe ecordu' the repair mortar manufacturer recommendation 5. Field T a. he E ineer ti ate the ndin of plastic concrete to hardened concrete after the ti.c cotr i . cure4 less than 28 clays. First evaluation will be made by undi s. b Detecti of lzolloN sou n any area shall. be reason. to suspect inadequate bonding. Wh requested by the e;ineer, the Contractor shall. core any such areas to determine t c uacy of bond. Length of cores shall be twice the core diameter or twice the ess of the new concrete as requested by the Engineer. ores shall be visually observed. If the bond is adequate, costs of coring shall be borne by the Owner. If the bond is inadequate, costs of coring and any repairs ordered by the Engineer shall be borne by the Contractor. 3. BONDING INSERTS INTO EXISTING CONCRETE A. Drill hole of diatn.eter and depth recommended by the doweling adhesive manufacturer to develop the full yield strength for the dowel to be embedded. Clear dust and debris and place doweling adhesive in. hole according to manufacturer's recomtn.endati.ons..I..,ocate dowel in hole to provide the indicated embedment and projection. Inseat the dowel slowly, tapping it into the full depth of 03740=?vt:odification. or.Repair 03740-8 January 2025 of Existing Concrete City of Fayetteville, Arkansas Fayetteville Tral %fer Station Improvements Metal Pusli Wall and Chute Replacement SECTION 03740—,M0D1HC,t"I']0N OR RE]"AIR OF:Ii"XISTING. CONCRETE (continued) the hole and turning it slightly to fill voids in adhesive. Do not disturb or load the dowel before adhesive cure time is complete. B. NVaterstops between existing and new concrete 1. Refer to Section 03250, Concrete Joints and Joint Accessories, paragraph. 3.01.130. f 6r installation of grouttube injection waterstop system. 17 3.05 SCHEDULES A. The following are specific concrete surface preparation and b "metho toRbused where indicated on the Drawings or specified, o ere directec * ginee.. 1. Method A Cement slurry bond: Pre e the e 's ' oncrete e- at the connection as specified in. paragraph 3.03 "_+ _ n to the on surfa i . 6-inch layer of cem.en.t slurry mixed to the consist a heav, e. unedi v ace new plastic concrete or grout mixture against. th; I r and ex i crete. 2. Method B — Adhe. d: Pr e ie existor rete;u s at the connection as specified in para _ .03C. b oxy adh the e e urface unless another adhesive is s on. the .. ray = s. Place stic c ile the adhesive recnain.s tacky. 3. Method . --Embed c. of %owe s, o t ca do rill a hole of diameter and depth as 1'eClllll'ed. C"1 1 le f loose es and du. compressed air. Dill. hole with and butter the steel i ..ember be l...serted xy paste so that wh.efi. th.e steel in.sel t is installed, thWAKY paste 4 f"i the hole t the steel member, tapping it into the full depth e L'ns, of 1 rise s e I)rawin.gs, deformed bars shall be drilled an set. to epth of 12 ba.r clia rs and smooth bars shall be drilled and set to a. de of t ].east ialn. t s. Th.e depth of the drilled holes shall not exceed th.e s of i er mi if es. The Engineer will provide details regarding the and sp le st 111 i.ere not noted on the Drawings. 4. Method Adhesive bond with embedded dowels: Combine Methods B and C. END OF SECTION 03740 41\ N 03740=?vt:odification. or.Repair 03740-9 January 2025 of Existing Concrete City of Fayetteville, Arkansas Fayetteville Tral sfer Station 1:mprovements Metal Pmli Wall and Chute Replacement SECTION 03740—NIODII`TC'NIJON OR REFAIR OFFIXISTING. CONCRETE. (continued) 03740=1vl:odification. or.Repair 03740-10 January 2025 of Existing Concrete City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement 1.01 SCOPE OF WORK A. Furnish all labor and materials required and install structural steel including bearing plat Y , columns, beams, and miscellaneous shapes and plates required to erect the structural framin shown on. the :Drawings, and as specified herein. B. l urnish and install nuts and washers for an.ehor bolts. The Cont ctor is o e for coordinating all pertinent trades in the installation of anchor bolt oncrete fo rA steel framing, etc., using templates or other rn.eans as necessary. Ad ` ' 1. requirements . r installing anchor bolts are included in Division 3. C. Unless specified otherwise, all mat ials . 11 be .0 () nited S America doin.estic products. Exceptions shall be made '-cificall , a products on the Plans and in the Specifications. '['he C,on.tractor ovi.de i ert.. ica ' n, ing the country of origin. and/or manufacture for all ma 1, pe, fitt' s, ings, pro c : , concrete, reinforcement, and appurtenances. 1.02 RELAI:I I) SEC'TI(_Y " A. Division 03 Co !S�- 1.03 REFEREtiC�TA& � A. American Institute of Cons t ion .'USC), ° ition: 1. AiSC Steel _,o uctio a 2. AI 03 of St n Practice for Steel Buildings and Bridges < 1 36f) peci c do r , tructural. Steel Buildings 13. Americarf. So et for "Testing at 7ateri.als (ASTN'I), latest edition: 1 1136 Standard Specification for Carbon Structural Steel M A53 Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc Coated NV,el.ded and Seamless 3. ASTM A.123 Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products 4. ASTIVI A.153 Standard Specification for Zinc Coating (Hot -Dip) ( %l05/tX11F1 on Iron and Steel. Hardware Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60 000 PSI Tensile Strength. (5'120-Structtival. Steel (ti120-1 January " Qr% City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 05120 S'TRUK]TURAL STEEL (continued) ASTM A325 Standard Specification for Structural Bolts, Steel, Heat. Treated, 120 145 ksi N immum Tensile Strength. (w]:`TI- DRAWN 2016) (Replaced by F3125) 7. AS TM A494 Standard Specification for Structural Bolts, alloy Steel, Heat. Trc ate , 150 ksi Nfinimum Tensile Strength (.1,VITHDRAt 'N 2016) (Rep lac 1'3125) 8. AS'I'M A500 Standard Specification. for Cold-Fonn.ed NN"eld0ft and S e .arbon Steel Structural Tubing in Rounds and S 9. ASTM A501 Standard Specif jon for Hot- d Welded ° amless Carbon OP Steel Structural 10. ASTM A092 Standar&C a.tion for 'tr ° ural Steel 11. ASTM F1554 Stan S cificati ichor Bo eel, 36, 55, and 105-ksi Yield Str I2. ASTM. F31.25 lard Sec tion f h S ructural. Bolts and ssem les, and AUb el, II t d, Inch. ])iin.ensiotis 1.20 si and i Mini nsile eaig nd Metric Dimensions 830 a and 1040 MP° um Ten e 'trc iigth C. American 4Velding S c (: I'S) la t tion: AL 1. A4N'S A5.1 Specifical(�nr Carb l Electrodes for Shielded NIVIetal. Arc NV.1d° g 2. 1. &ral ii%e i Steel I. e. C'oun� chira nOpoas: (RC:SC".), latest edition: 1. Specifi "on for Stiuctural . oints using High. Strength Bolts 1.04 SYST CRIPTION A. &U�'onnections not detailed on the Drawings shall be bolted framed beam connections as in .Part 9 of the A]. SC" Steel Construction .Manual.. 00( N . Bolted shear connections shall be bearing -type connections unless otherwise shown.. 1.05 DESIGN REQUIREMENTS Design Criteria for Stairs, Landings, and Elevated Platforms. 1. Live loads: 100 lbif1` uniform 25011) concentrated ( ti 120-Structural. Steel (ti 12O-2 January M5 City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 05120 S'TRUK]TURAL STEEL, (continued) 2. Allowable deflection: Span'360 live load only Span; 240 dead plus live load 1/4-inch maximum 3. Provide bracing against side sway in all directions. Coordinate with Drawings and equip in.anufacturer to i.dentif3- locations that cannot be obstructed for access or mai n reasons. 1.06 SUB1N-11TTALS A. See Section 01300, Submittals for submit rocedures. B. Submit erection drawings, detailed shop 'ings c ed es and all structural. steel. Approval will be for strength o*l sl 11 not e �-e the Co Ur of responsibility for ensuring properfit of tn.embers t ttal. of a ns not on the Drawings, or for supplying all material require v Contr tments. : r numbers painted on the shop assetnbled pieces of steel sl 1 t.i.e sam umbers the tailed shop and erection drawings. C. Submit certified tt ` eport or t ructura iA bol. t rials. D. Submit certi ha welders are quali , ` accorda e ith. AV�'S D1.1, for the shop and field welding cedures e mod. E. Submit coating thicl Ys for - begs auA bag are in accordance with the ASTM Standards. 1.07 QUALITY t S 10FLANC A. St c el s i ccord, vi he MSC Specification for Structural Steel Buildings ode o S d Pr s ire t el Buildings and Bridges unless otherwise specified he B. !! - Id` �s in accordance with A�N'S D.1.1 unless ot.hei-wise specified herein or in the .USC 1.08 REMSTRY STORAGE. A -ND HANDLING -liver materials promptly so as to cause no delay with other parts of the wort:. Store materials on skids and not on the ground. Pile and block materials so that they will not become bent or othei wise damaged. C. Handle materials with cranes or derricks as far as practicable. Do not dump steel off delivery or erection vehicles nor handle in any other manner likely to cause damage. ( ti 120-Structural. Steel 0ti 12O- 3 January M5 City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 05120 STRUCTURAL STEEL (continued) 1.09 PROJECT SITE CONDITIONS A. Coordinate the work of this Section with the work of other Sections. Verifv at the site both the dimensions and work of other trades that adjoin items of work in this Section oge commencementof items specified herein. B. Field measurements shall. be taken at the site to verif3, or supplement indicated dimensio , t ensure proper coordination of all other construction items. RART 2 PRODUCTS 'eC)1 NL,*xTERIAL:S A. Structural. Shapes: AS'I'MA992 13. Plates, unless otherwise noted.: 5712 C. Rods and bars, unless othe s oted: A " . 36 1). Structural tube: AST I, , Gr e o .' S 1 N4 A"4,6 E. Structural pi Y:: T -I 53, Tyl rade B F. N3'eldmg electr les: ANX'R X.1N70 G. High strength st-�el b ts, and ,°.she : AS 5 H. flnchor bol : _ F151, a .36 1. Galvan` n: J1111c witl 'cent 0 "0 minimum, nickel. added J. a 1 - d sllr •: 9- erce 5, )) zinc dust, organic vehicle primer 2.02 FA13RICII A. Mate 1 atte ials for field assembly. Ream unmatched holes in shop assembly of field cot] ns. R.eject and replace with new pieces any piece weakened by reatn.in.g to a point where t 5 igth of the jointis impaired. gilding of parts shall be done only where shown or specified and by welders and welding operators qualified for the procedures used. 2.03 FINISHES A. Galvanize members and their attaclunents exposed in whole or part to the weather. Galvanize other members as indicated on the Drawings. Galvanizing shall be done after fabrication and in accordance with AST \-I A123. Hardware galvanizing shall be in accordance with ASTM A153. Thoroughly clean, pickle, flux, and immerse tnetnbers in bath of molten zinc until their temperature becomes the same as the bath. ( ti120-Structural. Steel 05'12O-4 January 2025 City of Fayetteville, Arkansas Fayetteville Tramsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 05120 STRUCTURAL STEEL (continued) PST 3 EXEC`T_TTION t=31 INSTALL., TION A. Furnish and install temporary bracing to provide stability during erection and to prevent distorti or damage to the framing due to wind, seismic, or erection forces. Remove temporary bra ` when erection is complete. B. Use drift pins only to bring members into position and not to enlarge or istort h C. Make all. steel -to -steel. connections by high strength bolting e here fiel we ` g is showrl or specified. Provide not less than two (2 -inch bolts et ° tion ai t less than 1'4- inch thick clip angles. PW D. Tighten bolted connections desi a bearing- °ohnection snug tight condition. "igltten all other bolted con.ne o full., ` . n. by - ut or calibrated wrench. tightening per the requirements-15 °tion 8 ecificati f Structural Joints Using High - Strength Bolts. E. Field welding shall. b my i e, o vn or s e and ders qualified for the procedures used. = dingy, s all ne wh s es ar Y . osed to rain. or wind, or when welderre Y s - to inc t condi ' t will nip ood workmanship. Vtl F. Each bolting c ,w and w ° smell b a e ai idea ` n mark. This mark shall be made at each. completed cot on with a p ' ick. G. After erection, p paint abrasi ld weldl nptittted surfaces using shop primer except surfaces cleg t be un ' t r surf °ontact with concrete. H. After e oil, prime -asio is, at fie d welds on galvanized surfaces with galvanized su • 3.02 F TESTING A. -Ulow e -°er free access to the work. Notify the Engineer in writing four (4) working days in adv, igh strength bolting or field welding operations. B. &N5ength bolting will be inspected visually. All high strength bolts shall have the turned on. marked with. reference to the steel being connected after the nut has been. made snug and for to final tightening. Retighten rejected bolts or remove and provide new bolts. In cases of disputed bolt i.nstallatiotts, the bolts in question shall be checked using a calibrated wrench certified by an independenttesting laboratory approved by the Engineer. The certification shall be at the Contractor's expense. C. Field welding will be inspected visually by Aty'S certified welding inspectors provided by the Owner. Comply with all requests of inspectors to correct deficiencies. ( ti120-Structural. Steel 05'12O-5 January 2025 City of Fayetteville, Arkansas Fayetteville Trumsfer Station Improvements Metal Push Wall and Chute Replacement SECTION 05120 S'TRUK]TURAL'S'TEEL (continued) D. The fact. that steel work has been a.ecept.ed att the shop and mill will notprevent its final rejection at the site, before or after erection, if it is found to be defective. I. Remove rejected steel. work from the site within ten. (10) working days after notificationVII rejection. END OF SECTION 05120 Z' N*� ( ti 120-Structural. Steel 0ti 12O-6 January M5 City of Fayetteville, Arkansas Ilayettevil e Transfer Station Improvements Metal Pusli Wall and Chute Replacement .SECTION ION 09901 —SURFACE PREP �R,VY10N ,VNI) R,kR'1 I C;E'N.1E,.1'IAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required for the surface preparation an application of shop primers on ferrous metals, excluding stainless steels, as specified her'eWl as shown on the Drawings. 1.02 RI LAJED SECTIONS 1IONS A. Section 09902 — :Finish :Painting. <F STAKNUTTALS ance wit on 013(CINMittals complete shop dat, propos ers and detailed surface nl eSS. e with S 01300, mitta.ls representative Jaw 1.04 REFERENCE RENCF S. C: i TIO: S A. Steel Structure, tinting 1ci SSPC) 1. SSPC-SP-1 So v€n Cleanfn 2. SSPC - mme;gi Clca in 3. SS -SP Brus -:-SP-1 — it e a. Cleaning 5. . SPC'-;" l-I — ower `fool. _ ning to Bare Metal PROD . ' t� 101 S IMF' PAINTINC:r SCI-II following surfaces shall have the types of print scheduled below applied -it the dry film thick-n.ess in mils per coat noted. A coating system has been designated for the purpose of identifying type and standard. Equivalent coating systems for the other manufteture s will be considered. adequate i.n.formation. shall be submitted to th.e .F ngi.n.eer to permit a determinatiot7 of the paint. system being equal to that specified.1. Ferrous metals subject. to splashing 1-.0 A. Submit to the Engineer for revies i ^cor drawings, manufacturer's spec f ,and preparation, application proved e cl. dry B. Submit to the Engineer •�e��� in ac r physical sam.pl.es of tl , secl prat a. Tn.emec: I Coat, 6611S/1C1I-IS-33GR Gray Epoxy Primer (3.0 — 5.0 mils DF I') or b. Sherwin-Williams: 1 - 2 Coats.,Durt-Plate 235 (4 - 5 mils DFT per coat) 09901-Surface Preparation and. Shop Prime Painting 09901-1 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Chute Replacemerit SECTION 09901 —SURFACE PRI PARATION AND (c olitillued) 2. Submerged Steel a. Tnemec: 1 Coat, 66HS.,161HS-1255 Hi -Build Epoxoline Epoxy (3.0 5.0 mils DFT) or b. Sherwin-Williams: 2 Coats., Dura-Plate 235 (4 - 8 mils DFT per coat) 3. Structural Steel, loose steel lintels, and other ferrous nietal.s (non-subni.etged) a. Tnemec: I Coat, 6611S!1611IS-33GR Gray Epoxy Primer (3.0 — 5.0 mils DFT I` b. Sherwin -Willi, 1- - 2 Coats, Dura-Plate 235 (4 - 5 mils DF'Wer coat) 4. Repair of cut edges and damage to galvanized steel. a. Tnemec: 1 Coat, 90-97 Tn.em (2.5 — 3.5 .N'P b. Sherwin-Williams: 1 Coat, Coro I Galva L 3 mils 11 er coat) 5. Masonry: See Section 099 f s i Paintu 4%Z 6. Plastic Pipe: See Secti Finis tng 7. Insulated Pipe ( llie iris and buil sulation • e ection 09902, Finish. Painting B. Primers cone ad will not be lowed. C. Amy surfaces tl at ar tNspificall� ,E ' the S • I and not specifically excepted shall be prepared, primed, aftd. ainted in a t �ne�r and -i ° material that. is consistent with these specifications. I ginter soil e -t which o ` nufacturer's products, whether indicated or not, to be . "c he unafIPT faces payment shall be allowed for this painting. 2.02 A. o Ung sl e 'it i h are guaranteed by the manufacturer to be compatible ss t ,ir cofres n g prifn s a mish coats specified in Section 09902 for use in the field and -liicli. at• .ecomtri.etided fo together. 2.03 NNO TED SURFACES A. s, bearings surfaces, and other similar surfaces that are not to be painted shall be given a vv shop coat of grease or other suitable rust -resistant coating. This coating shall be maintained as necessary to prevent corrosion during all. periods of storage and erection and shall be satisfactory to the Engineer up to the time of the final acceptance test.. 09901-Surface Preparation arid. Shop Prime Painting 09901-2 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Pusli Wall and Chute Replacement SF:C I ION 09901 —SURFACE PRlT,�R,V ' 0, VND ( oli izlued) 1',kR:1' 3 EXECUTION 1.01 %�I'PLICATIC)N A. SI.TR.F-\.CE PREP,iP_:=\_TIO AND PRINIItiG: 1. Non -submerged components scheduled for priming, as defined above, shall be sa.f clean in accordance with SSPC-SP-6 "Cotn.friercial." immediately prior to 9- Submerged eotn.ponen.ts scheduled for priming, as defined above, s ll be sat 16 c can in accordance with SSPC-SP-10 "Near 'vkhite," immediately r to primi 2. Surfaces shall be dry and free of dust, il, grease, dirt, pis to mill sc e d other foreign material. before priming. 3. Shop pri.m.e in accordance wi�lf roved paint ' cturer's endations. 4. Surface preparation for fie I ing un urfaces t uch up shall be the same. 5. Plastic pipe surface Y e lightly a before p 6. Wood surfaces ° I )e dry s d to a s t urfac_ 6 7. Bit.uin ed pipe sha of be u: xposed Lions. Pipe to be exposed in the finished ork shall riqjed in ac c Secti . Any bituminous coated pipe which is tnadv tly `. stalle sed low n.. shall be sandblasted clean before priming and painting S. All pri vviou ly surf c = ofiferrous surfaces shall be cleaned prior to applic io suece. All n us metals shall be cleaned in accordance with SS -SP . Test d steel fdr trea ment or any passiva.tion and handle as required. -coats s Is sh t t.ed from damage and con onion before and after i tallation.. iaged a as , a 1 be repaired immediately upon. detection. Abraded or corrode pots shall be c d according to SSPC-SPI.1 Power Tool to Bare Metal and to c with the same materials as the shop coat. All shop coated surfaces which are de d to be faded or discolored, or which require more than minor touch-up, shall 11 new surface preparation and be repainted. Cutedges of galvanized steel and exposed ds and cut ends of galvanized piping, electrical conduit, and metal pipe sleeves shall. be s lvent cleaned in accordance with SSPC-SP-1 and primed. ..0. Galvanized steel and stainless -steel. surfaces shall be cleaned in accordance with SSPC.-SP-1. Such surfaces designated not to be painted shall be cleaned to this standard. .1.1.. Al.umi.n.utn. embedded or in contact with eon.erete shall. be painted with two coats of epoxy as scheduled in Section 09902. 12. Surface temperature and all other application conditions shall be in accordance with approved primer tn.anufaeturer's recommendations. .Enclosures and auxiliary heat shall be utilized as n.ecessaty- to achieve compliance. 09901-Surface Preparation and. Shop Prime Painting 09901-3 7arruary 2025 City of Fayetteville, Arkansas Ilayettevil e Transfer Station Improvements Metal Pusli Wall and Chute Replacemerit SECTION 09901 —SURFACE PRI PARAT10 AM) (Colitillued) 3.02 FABRICATED AND MANUFAC"1"tJRED EEL PTNI .NT A. Unless othenvise indicated, all fabricated and manufactured equipment shall be shop pruned. Initial finish coats may be shop or site applied. All. fiirther coats shall be site -applied. In all cases, final coat shall be site -applied. B. Wherever equipment is required to be sandblasted, contractor shall protect all motor bearings, gears, nameplates, and any other parts not required to be painted, from sandbl id from the entry of grit. Any equipment found to contain grit shall be dissebl c a and reassembled. Aw g,g OF ON 0990 � 6\ ;Q1 ,e), *4,6 10% N 09901-Surface Preparation and. Shop Prime Painting 09901-4 January 2025 Bid 25-311 Addendum 1 CITY OF IV FAYETTEVILLE Date: Friday, February21, 2025 ARKANSAS To: All Prospective Vendors From: Amanda Beilfuss-479.575.8220—abeilfuss@fayetteville-ar.gov RE: Bid 25-31, Construction —Transfer Station Improvements Rebid This addendum is hereby made apart of the contract documents to the same extent as though it were originally included therein. Interested parties should indicate their receipt of same in the appropriate b;Qk,,gf the Bid. 1. A non -mandatory Pre -Bid meeting was held o nesday, A 2, 20 a 0 PM on -site at the Fayetteville Transfer Station. The sign -in sheet o dees is�TtI ed tot endum for disclosure to all interested parties. � � V (�� a. Attendees: 8. �� i. City of Fayetteville: [[���� 1. Amanda Pr cur �irectoO 2. Andre RTC O r I ns Ma�` 3. Bra kem er, RTC O ns M 4. srh m, Ha Weir rs 5. etelk,Hawkins-Weeers Vendors. ���� 1. JL Bryson C. ` 2. R I Idge Cons ci�pn �� 3.� apes` 2. Questions' ewin e s vv •I�A and answered by the coordinating department(s): a. Quest on: Thiewly enforced tariffs are affecting bid pricing. Can the City give guidance on how to neo(e�4 I. der: With the fluctuation of steel prices in the current market, Contractor will need to vide documentation from steel provider of price changes, if prices are to change after con tract award. /Suestion: Can you provide more weld details for the wall? There are weld sizes, but no spacing. Answer: Welds shall be continuous and on both sides. City of Fayetteville, AR Bid 25-31, Addendum 1 Page 112 Telecommunications Device for the Deaf TDD(479)521-1316 113 West Mountain -Fayetteville, AR 72701 c. Question: Will the metals be galvanized or primed? Specs elude to galvanized, but plans elude to primed. i. Answer: All metals are to be shop primed. d. Question: What is the thickness and height of the rubber detail on Plan Sheet #9? i. Answer: The rubber shall be 30 durometer, 1/4-inch thick, 20-inches in height, and 8-feet in length. City of Fayetteville, AR Bid 25-31, Addendum 1 Page212 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 City of Fayetteville, Arkansas CITY of _ FAYETTEVILLE ARKANSAS Attendance Sheet ^ Description: &�nt1 0Y Function (circle one) : Bid Opening, Selection Committee Meetin P2-Bi Ir Date: �a / —/�aQ5 Time: City staff e-mail includes "@fayetteville-ar.gov" Name Company tie 00 Email 1 tt{��[1]C 77C1111�5 T' -F%%b &b6A_GUS5�----�- 2 SL Rnpn ova -�+r son �as>"ty.@�tb,y�.a��.cv� 3 erySon ✓anlurl ev s �S- �-3465 R%Soh (d JIt3+jrfon rbe.Gea1 4 J�SiaaL 6,94 5 `/70 17?J jn 662so�O Sca�Ot s .Coy, 5 Odann So\4o� Sak a n - zit cToyo6ay CO CDC 6 �/�lw iidY'a•l/0Yo4Ctrlae.CO�►�. 7 77—&I-SI el � 8 4-tq - I,.(-<t}I7- fn6c m;t� 9 s �i79-4f5'7-206 �'yl1�.'\\�wrt-'w 10 gel `'+7V09-1-117 Weir. c-cf- 11 4 12 13 14 15 16 17 18 19 20 All Bid Openings are also streamed live on the City of Fayetteville's YouTube Channel. Bid 25-31, Addendum 2 _ Date: Tuesday, February 25,2025 To: All Prospective Vendors From: Amanda Beilfuss-479.575.8220—abeilfuss(@favetteville-ar.gov RE: Bid 25-31, Construction —Transfer Station Improvements Rebid CITY OF FAYETTEVILLE ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it(nally included therein. Interested parties should indicate their receipt of same in the appropriate bJ�,Q�the Bid. 1. Questions: The following questions were rece1124> d a. Question: Can the push walls be Sh rimed a I. Answer: Yes, the metal i Its maX will be required thro the proForA e coon ,); flg department(s): been////v n place? of,K D►ne touch priming of all field welds b. Question: Regarding t 9�{rtfded Pla lnnectio �W'Weat Q+y\11?vlfull-length weld be required on top and botto W6 t /" conn&011 i. Answe 11-length co inuous d `are req of thtthhese locations. +�6 �� •� City of Fa yettevl lle, AR Bid 25-31. .Addendum 2 P a g e 1 I 1 Telecommunications Device for the Deaf TDD(479)521-1316 113We5t Mountain- Fayetteville, AR 72701 CITY OF FAYETTEVILLE W4V ARKANSAS Bid 25-31 Addendum 3 IN Supplier Response ,\ Event Information Number: Bid 25-31 Ad( Title: Construction - Type: Invitation to Issue Date: 2/2/2025 Deadline: 2/26 /202 0 Notes: The C vtC�f JL Bryson Inc i $ Xz tatiorjlroveme a id 6 .,Q 4to � Recxcling O& IiSWa� nsf� is not limier t e remo j�n�d re the Tr nsf�i+6tation �'I�the metal 04 re r�this bid be ad rqs c P ment, at ab fa Cor�j form SPYrement Contac . Ama aBeilfuss - Director Address: ing all om 306 Fay W. Mountain St. Fayetteville, AR 72701 abeilfuss@fayetteville-ar.gov pti se ed bids from Seto Fayetteville's i*This project includes, but Bnt of the metal push wall in the Waste Pit. Questions to Amanda Beilfuss, Page 1 of 4 pages Vendor: JL Bryson Inc Bid 25-31 Addendum 3 JL Bryson Inc Information Contact: Ashton Adams Address: 20121 E Hwy 412 Springdale, AR 72764 Phone: (479) 841-5917 Email: ashton@jlbrysoninc.com Web Address: www.jlbrysoninc.com By submitting your response, you certify that you are authorized to represent and bind your company. x Ashton Adams Signature Submitted at 212612025 12:47.33 PM (CT) uested Attachments ashton@ilbrysoninc.com �1 Email n- � K,J Signature Forms for Bid 25-31 `J �" •�►" rm Upload.pdf Please attach our completed forms. These docr an be f n n FILE # o ect Manual' in the Y p 1 Attachments tab. Please be sure to include AL ed inf ti stated J'�Troject Manual, including any Bidder Qualification requirements. � Bid Bond for Bid 25-31 f'� `Pnt Fayetteville Push Wall Bid df.pdf Please attach a signed and comple y of r d ond. Bij� os ih a cashier's check shall be delivered to City Hall, Purchasinl(n bef e bi ea dline 2��11�dve a copy a cashier's check uploaded with submittal. l� �` � CO Bid Attributes `�� �� 41� 1 Arkansas Secretary of Stat I' g Numbe 80053651 2 Arkansas Contraqto ense 0032810325 3 Check Yes or No: Pursuant Arkansas C otated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and v' * oycott Israel during any time in which they are entering into, or while in contract, with any public a��,//✓✓�� efined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contr to ust notify the contracted public entity in writing. ❑J Yes, I ag�%► ElNo on gree Page 2 of 4 pages Vendor: JL Bryson Inc Bid 25-31 Addendum 3 4 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. ❑� Yes, I agree ❑ No, I don't agree 5 Addendum Acknowledgement: ♦`` By selecting "I agree", you acknowledge that you have read and understand any addendums thaten issued for this bid. ❑✓ 1 agree N - Bid Lines ♦�(� 6�co% 1 General Conditions (include Bonds and Insurance �/ Quantity: 1 UOM: LS ♦ Price $2 Total: $23.216.00 2 Mobilization (Not to exceed 5% of Total includ Quantity: 1 UOM: LS ce: ds an ance) 6,2 g otal: $6,239.00 3 OSHA Trench Safety Quantity: 1 UOM: LS ♦ 27.00 Total: $3,627.00 4 Demolish the Existing North Quantity: 1 UOM: LS Metali II - J Price $22,403.00 Total: $22,403.00 5 Demolish the Existing So h Quantity: 1 UOM: X tal Pu is $22,403.00 Total: $22,403.00 6 Demolish the etal Quantity: 1 U : LS ate ong the Interior East Wall of the Waste Pit Price: $18,776.00 Total: $18,776.00 7 Demolish Existing Ha>1�1tW Quantity: 25 FF Price: $90.54 1 Total: $2,263.50 8 Demolish a g Ladder Quanyt UOM: LS Price: $2,713.00 Total: $2,713.00 9 Construct the north Metal Push Wall Quantity: 1 UOM: LS Price: $157,018.00 Total: $157,018.00 1 Construct the South Metal Push Wall 0 Quantity: 1 UOM: LS Price: $145,903.00 Total: $145,903.00 Page 3 of 4 pages Vendor: JL Bryson Inc Bid 25-31 Addendum 3 1 Construct the Metal Chute Located Along the Interior East Wall of the Waste Pit 1 Quantity: 1 UOM: LS Price: 1 $81,307.00 Total: $81,307.00 1 Armor the Existing Elevated Concrete Beam Located at the North End of the Waste Pit, With Mild Steel Plate 2 Quantity: 1 UOM: LS Price: 1 $13,349.00 Total: 1 $13,349.00 1 Armor the Existing Elevated Concrete Beam Located at the South End of the Waste Pit, With Mild Steel Plate 3 Quantity: 1 UOM: LS Price: 1 $13,349.00 Total: 1 $13,349.00 1 9 Site Restoration Quantity: 1 UOM: LS ice: $9,676.00 Total: $9,676.00 2 0 Waste Transfer Pit Electrical Ippr4e ents i ng Prote oncrete Wall ,- Quantity: 1 UOM: LS i $69,414.00 Total: $69,414.00 24 Mill 2 DEDUCTIVE ALT R E T Tf�e oft ce Main, including the pump connection, removal and 1 replacement of c11ie pavipg.7uLV sociated restoration (Bid Items 16, 17, and 19) _ •total) (Line excluded fro ( `/1/ Quantity: 1 U LS v Price: $166,911.00 Total: $166,911.00 Item Notes: Total for t 's tive Alternat hould be the combined total amount of Bid Items 16, 17, and 19. wwff 2 DEDUCTIVE DEDUCTIVE ALT�E BB - The deletion of the removal and replacement of the concrete site paving (Bid 2 Item 18). (Line excluded fr of se total) QuantityO LS Price: $77,600.00 Total: $77,600.00 Item tal for this Deductive Alternate should be the total amount of Bid Item 18. 2 DEDUCTIVE ALTERNATE C - The deletion of the Waste Transfer Pit Electrical improvements, including 3 Protective Concrete Wall (Bid Item 20). (Line excluded from response total) Quantity: 1 UOM: LS Price: $69,414.00 Total: $69,414.00 Item Notes: Total for this Deductive Alternate should be the total amount of Bid Item 20. Response Total: $839,700.02 Page of 4 pages Vendor: JL Bryson Inc Bid 25-31 Addendum 3 BID BOND CONTRACTOR: (Namelegal status and address) JL Bryson, Inc. P.O. Box 1479 Huntsville, AR 72740 •V,b. OWNER: (Name, legal status and address) City of Fayetteville (AR) , 113 West Mountain Street, Fayetteville, AR 72701 A BOND AMOUNT: Five Percent (5%) of the Amount Bid— O �r PROJECT: G (Name, taste Tr n address. on I Project number, ifany) Solid Waste Transfer Station Improvements ♦ -L The Contractor and Surety are bound to the ( themselves, their heirs, executors, administra Bond are such that if the Owner accepts th9r� as may be agreed to by the Owner and CoX, terms of such bid, and gives such bo \\\, jurisdiction of the Project and o labor and material famished be t between the amount specified ins d bid and perform the work covered by said d, thene hereby waives any notice of an agreement gal Waiver of notice by the Surety shall of ape bids specified in the bid documents, CIA, SURETY: (Name, legal status and principal place of business) U.S. Specialty Insurance Company 13403 Northwest Freeway Houston, TX 77040-6094 ount se aY6ve, forth t ofw*,h6etractor and Surety bind ssors and s, intly and sully, asp The conditions of this e Contract w the time e n the within such time period r, and on either (1to a contra a Owner in accordance with the es may spec ted in the or Contract, Pccwn s, with a surety admitted in the >le to 2,®r r the f f rfornaaV fjilRh Contract and for the prompt payment Lthereof; or (2) pays t er the di ren of to exceed the amount of this Bond If this Bond is issued in connectiion i a subco' Subcontractor and the to vvm 1, V1111 be deems When this Bond has bit an led to c Bond conflicting tory etrrre other legal requi a be dcem rats bond and not as a n law bo Signed and sealed this 26 yJ' (ruary, 2025 and unt for h e ter rufNood faith contract with another party to .II void, o remain in full force and effect. The Surety '��etor to ext d t true m which the Owner may accept the bid. xcee mg sixty !n the aggregate beyond the time for acceptance of ac shall obtain rety's consent for an extension beyond sixty (60) days. to a Co;J 9 W\the term Contractor in this Bond shall be deemed to be raciw► ��ll 11 or egal requirement in the location of the Project, any provision in this be de ed deleted herefrom and provisions conforming to such statutory or t�n so furnished, the intent is that this Bond shall be construed as a statutory (Principal) Long, Arlorney-in- �`+, Y 5 The Company executing this bond vouches that this document conforms to American Institute of Architects Document A310, 2010 Edition 1 TOKIOMARINE HCC POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bon Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corpora' and U.S. Specialty Insurance Company, a Texas corporation (collectively, the °Companiesl, do by these presents make, edh> t and appoint: Michael Hatter, J. Alan Rogers, Milk] J. Rogers, Bean A. Boyd. Kevin Bruick, Shona Meyer,-, Matthew Perry, London G. Fisher, Christy Michelle Long, its true and lawful Attomey(s}in-fact, each in their separate capacity d more than one is named abo*,, with full uthority hereby conferred in its name, place and stead, to execute, acknowledge and deliver and all bo s nizences, undertakings or other Instruments or contracts of suretyship to include riders, a n enter and c to of surety, providing the bond penalty does not exceed •`•'••Unlimi Dollars ( •••ur llmited••• 1. This Power ofAttorney shall expire witW rther action on ApOi 2 "', 2 . This Attorney is granted under and by authority of the following resolutions adopted by a Boirds of Direct ompanie . Be d Resolved, that the President, any Yce-Presklen4 any Assistant Pre ent, any S any Aasis t city shall be and is hereby vested with full power and authoety to appoint any one or more su ibIe'VM11&hs as Aft (s Fact to a act for and on behalf of the Company subject to the following provisions: Attomey-in-Fact may be given full power and authority for hilihe of and o e Comp to, acknowledge and deliver, any and all bonds, recognlzances, contracts, agreements or I other no or obligeto a kings, including any and all consents for the release of retained perrzntages and/or final es engineed nstruction and any and all nogces and documents canceling or terminating the Company's liability there any such In so execulsuch Ay Resolved, her star shall be binding upon the Company as If signed by the President and seal in ad by to Sekxeta (oTv/Refre Be it solved, that the signature of any autho r and seal o pony after a y power of attorney or any certificate r8hri g thereto by facsimile, and a a f attomeyyy to bearing Wgnstu a seal shall be valid and binding upon the Company with respect to any bo king t Is rhed, IN WITNESS WHEREOF, The Co a ve ca thl nswment ignetl and tbgir co rate seals to be hereto affixed, this 180 day of April 2022. (py^. AlNT CTORa INDEMNITY TEXA ` N OMPARY U D 5 '� ET'( ^o PANY § .,deNCE COMPANY Stale of California r��ri•—�1` .0 9E' County of Loa Angeles 3.* By, • '- 9 Daniel P. Aguilar, Vice President A Notary Public or other o P Nting this to verifies t a idendly of the individual who signed the document to whch this carbliicate is aft d not th accd of that document On this t&" day of April 2, re me, gpft arrejo n till ,personally appeared Daniel P. Aguilar, Vice President of American Contractors I e tty, Corn Bonding p y, United! States Surety Company and U.S. Specialty Insurance Company who In the factory eviden be the person whose name is subscribed to the within instrument and ackrwwAe that h the a in his authorized capacity, and that by his signature on the instrument the peson, or a upon bah of ion the kag d, executed the instrument I certify under PENALTY OF URY under the 18 of the State of California that the foregoing paragraph is true and correct. WITNESS my hand an `al. rnua aaco • �/YMY4411NGY f 4sv�IN �o r Signature (seal) � .yca•,.EgftWimran,nil � 1, Kic Lo, As ' t elary American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company a pecialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Aft2m I ad by said Companies, which is still in WII force and effect; furthermore, the resolutions of the Boards of Directors, set t in ower of Attorney are in WII force and effect. In ftgks Whereo I have hereunto set my hand and affix the seals of said Companies at Los Angeles, California this day of ct RI . Corporate Seals °•acr 64 o °-��n i•9Rt;, +'' w`s Bond No. rye F' °J 4 ' AgencyNo. t7d87 •is, �� r f �� F}+' K.0 LP, ArilSPcrYtary rrcasxvr1PQAD aoz3 visit tmhcc.cem/surety for more information City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement DOCUMENT 00400-BID FORM Contract Name: Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement Bid Number: 25 - 31, Construction Rebid BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: A Bry-son Inc. ARTICLE 1 - INTENT 1.01 The undersigned Bidder the form included in the Contract Documents for the other terms and cord 2.01 Bidder accepts all of the without limitation thoth *`6 ej ^�G�J �nter i4to n eement with Owner in all W ified or indicated in the atedVyfh� id and in accordance with y6 Bid and Instructions to Bidders, including security. This Bid will remain subject to acceptance for 9 s%^r the 4a o 1l openin madder will sign and deliver the required number of counterparts of the IV ement and a o r documents required by the Bidding Requirements Within 15 day6r t e date o�� s No e *al. ARTICLE 3 - BITfD`'S REP ENTATI� 3.01 In submitting�Q', Bidder represents, as more fully set forth in the Agreement, that: A. has examined and carefully studied the Bid Documents, and the following Addenda, receipt A f all which is hereby acknowledged: ��` /Vl► Number Date 1 .8 �\k �%� gees, if t ido ument forn the E tra Documie mditlpns o the In Addenda All eAL 0- �,,�� 3 2/21 .2ias aa 00400-Bid Form 00400-1 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement DOCUMENT 00400-BID FORM (continued) B. Bidder has visited the Site, City or Utilities and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regularinpt may affect cost, progress, performance, and furnishing of the Work. ` D. Bidder has carefully studied all: (1) reports of explorations and tests o� subsurface c0i s at or contiguous to the Site and all drawings of physical conditions in or Ablating t e tt surface or subsurface structures at or contiguous to the Site; and (2) r o and dr. o a Hazardous Environmental Condition, if any, at the Site. Bidder acvo s that suykrepo s and drawings are not Contract Documents and may t e complete 's purp 7dder acknowledges that Owner and Engineer do not a respons t or the or completeness of information and data shown or4dicated in the ocumer respect to Underground Facilities at or contiguous to ♦ J E. Bidder has obtained an fly stu ' assumety6aving done so) all such additional or supple exam' n , investipq s, exp a 'sts, studies, and data concerning cord' rfac ur ce, and U ound *Nt or contiguous to the Site or otherwise ay a ect tprogre hormance, tmishing of sequences, and procedur traction to D�.rtliplayed &er an�s precautions and programs incident thereto. �� F. Bidder does not qy er that y allditional ations, investigations, explorations, tests, studies, or d necessA th determinit f this Bid for performing and furnishing of the Work i c nce wi t[meS, p 'c and other terms and conditions of the Contract Doc ments �� �� G. 4, t aw eneral nature work to be performed by Owner and others at the Site that �eljtes to Wo or hich t ' d ' submitted as indicated in the Contract Documents. H. Bid er Swelated the in ation known to Bidder, information and observations obtained from visi Site, reports, and drawings identified in the Contract Documents, and all additional e tions, investigations, explorations, tests, studies, and data with the Contract Documents. L IcotBidder has given the Purchasing Division written notice of all conflicts, errors, ambiguities, or •` discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by the Purchasing Division is acceptable to Bidder. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. 00400-Bid Form 00400-2 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement DOCUMENT 00400-BID FORM (continued) K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person trm, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtar himself any advantage over any other Bidder or over Owner. ` L. Bidder will perform the Work in compliance with all applicable trene safety st � orth in Occupational Safety and Health Administration (OSHA) Part 19 — Subpart Pyaiions. � O� ARTICLE 4 -BID PRICE � ^j` �� 4.01 Bidders are required to provide pricing for all three (3) Deductive Alternatives in4eO j The City intends to award this total base bid as long as the N 25%. Deductive Alternatives of the Base Bid. The Ci re Deductive Alternates, lM t In the event no rejected and bee Bidder shall complete a jCrTc in ace Bidder's electronijoV VAnittal. �Bi jll deductive altema i \ . X %.6*1 o ne 1tem5. also&ductive Bid Prices for A Bible bidder based on the Iied for the project plus alidating the remainder 1 eductive Alternatives. The A, then B, and then C. plus 25%, all bids shall be O` Tact Documents for the price(s) indicated in the ity's online bidding portal for unit price bid and ntially completed and completed and ready for final payment in the Agreement. he provisions of the Agreement as to liquidated damages in the event of failure to complete the times specified in the Agreement. 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a cashier's check from a financial institution located in the State of Arkansas or a Bid Bond and in the amount of 5% Dollars 00400-Bid Form 00400-3 January 2025 Orders 112 awarded in 504 of City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement DOCUMENT 00400-BID FORM (continued) B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. ARTICLE 7 - COMMUNICATIONS V1111 *`6. Communications concerning this Bid shall be addressed to the Bidder as follows: Ashton Adams n I Email ashton@ilbrvsoninc.com /" St Phone No. 479-841-5917 Fax No. ARTICLE 8 - TERMINOLOGY 8.01 The terms used in this Bids have the meanings assign 9.01 Contractor's As the authorized re company) bidding //o�� of the General anic Will comply V#th thl further cweigi e ` �RTUNIT and 43with all requirements of 41 CFR Chapter 60 and Executive 75, including and usion of all required equal opportunity clauses in each sub -contract 10,000 and I will furnish a similar statement from each proposed subcontractor, when ]so comply with all Equal Employment Opportunity requirements as defined by Section Oabilitation Act of 1973; the Age Discrimination Act of 1975; and Section 13 of the Federal n Control Act Amendments of 1972 regarding sex discrimination. X nn�- to Bidders will of that: PI or corporation (hereinafter referred to as the have read and understand the requirements principles, agents and employees of the company statutes and regulations issued pursuant thereto. I �$OR STANDARDS I will comply with the Labor Standards Provisions contained in the Contract \L�cuments and furnish weekly payrolls and certifications as may be required by the City of Fayetteville to affirm compliance. I will also require that weekly payrolls be submitted to the City of Fayetteville for all subcontracts in excess of S2,000. OSHA REQUIREMENTS I will comply with the Department of Labor Safety and Health Regulations promulgated under Section 107 of the Contract Work Hours and Safety Standard Act (40 U.S.C. 327-333) in the performance of the contract. 00400-Bid Form 00400-4 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement DOCUMENT 00400-BID FORM (continued) PROCUREMENT PROHIBITIONS As required by Executive Order 11738, Section 306 of the Clean Air Act and Section 508 of the Clean Water Act, I certify that I will not procure goods and services from persons who have been convicted of violations of either law if the goods or services are to be produced by the facility that gave rise to the violation. DEBARMENT AND SUSPENSION I certify that to the best of my knowledge and belief*6 company that I represent and its principals: DD'�` (a) Are not presently debarred, suspended, proposed for debarment, decI ed ineldl�Golumarily excluded from covered transactions by any Federal department or agenc ;4 A+ (b) Have not within a three year period prece ng t s proposa eT6nvicted otaMt'ed a civil judgement rendered against them for commission of fraudiminal o e connect obtaining, attempting to obtain, or performing a public (Federal ate, or local) tr on or c rider a public transaction; violation of Federal or State anti es or o n of a ent, theft, forgery, bribery, falsification or destruction of records, a� false s� s, or rec ' s olen property; (c) Are not presently indicted �therweonse4s [awJlly or cf charge � �emment entity (Federal, State, or local) with co t eanVen enPerd in pa �) of this certification; and n (d) Have not w ee-year -ece ' t is appl3Apt�roposal had one or more public transactions (Federa State, or I 1) tsminated cSr def I understand that a false stet on thi ertiflCation re debarment and suspension may be grounds for rejection of this p al or term�r io of the aw addition, under 18 USC Sec. 1001, a false statement may re ne. I €I rater, rti th 11 obtain a similar certification for each subcontract awarded in e6es,000. 14 00400-13id Form 00400-5 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement DOCUMENT 00400-BID FORM (continued) 9.02 Execution/Signatures for Contractor Assurances above, Bid and Bid Form: SUBMITTED on 2/25/2025 Arkansas State Contractor License No. 0032810325 If Bidder is: An Individual Name (type or printed): By: (Individual's Signature) Doing business as: Business address:_ City, State, Zip: Phone No: Email Address: 117A 20 shi � �� �l�iRh:� (SEAL) (Signature offg3kral partner-attacllrlvidence of authority to sign) f Name (t �( nn ed)): Busiaeress: (�ty,Ckie, Zip kho e No: Fax No. Email Address: 00400-Bid Form 00400-6 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement DOCUMENT 00400-BID FORM (continued) A Corporation or Corporate entity including Limited Liability Company (LLC) Corporation Name: JL Bry-son Inc. (SEAL) State of Incorporation: Arkansas Type (General Business, Professional, Service, Limited Liability): GC *�6 n� By (Signatu -attach evidence of Drily to sign) Name (type or printed): Ashton Adam Title: Division Manager Attest: (Signature of Corporate r tary) O A ` Business address: W t} t alF►AR 77764 Phone No.: 419-439-91 I ax'No.: \\� Email Address: as[ t n(p �� sonl M Tax ID No.: 20 SS 6. ND OF ND OF MENT 00400 00400-Bid Form 00400-7 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00140 — BIDDER'S QUALIFICATION STATEMENT Contract Name: Date: SUBMITTED TO: Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement Bid 25-31, Construction Rebid 2/25/2025 The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company JL Bry-son Ina Name Ashton AdaffiVi Address 20121 41 Principal Offi Corporation, LL , pant venture, other C r 20_ •`� n� ri ale, A 04 idivid 1 0 S"Wnse Numb (TYpco r 6ib:.1y Vt) For a Bid a tractoconsi ed as Qualified, the Contractor must satisfy all insurance, financial, an ding r qui nts of t of Fayetteville. The Contactor m st In docum tion with the bid to document: Z actor shall have executed work for municipalities with a minimum of three (3) equaling or exceeding two hundred thousand dollars ($200,000) for installation of product(s) bid. Acceptable documentation of these minimum installations must be 40 ubmitted to the City of Fayetteville attached to this section. EXPERIENCESTATEMENT(MANDATORY) Bidder has been engaged as a General Contractor in construction for 37 years and has performed work of the nature and magnitude of this Contract foryears. Bidder has been in business under its present name for 20 years. 00140 Bidder Qualifications 00140-1 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Transfer Station Floor Slab Replacement SECTION 00140 — BIDDER'S QUALIFICATION STATEMENT (continued) 2. Bidder now has the following bonded projects under contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and estimated completion date.) 3. Bidder has completed the following (list minimum of 3) contracts consisting of ro similar to that proposed by this Contract: (On a separate sheet, list project nA6. owner, name of owner contact, engineer / architect, name of engineer contact, amount of contract, surety, and date of completion and percentage /�Iy WE of the Work performed with Bidder's own forces.) �//�� 4* 4. Has Bidder ever failed to complete any project? If so �tatwhen, whe and why. 5. Bidder normally performs the owing work i wn fore Metals, equipment, pi �.. ` � RE 7. SO& 8. Construction 1 the �Jvaon is as follows X the C is away 4, *okgidder, the required surety Bonds will be th�� g surety any and name and address of agent: Workmen's Compensation Experience Modifier Factor is: 00140 Bidder Qualifications 00140-2 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Transfer Station Floor Slab Replacement SECTION 00140 — BIDDER'S QUALIFICATION STATEMENT (continued) FINANCIAL STATEMENT (IF REQUESTED) A. If requested by the City of Fayetteville during the evaluation of bids the bidder shall provide to the City of Fayetteville the following additional information: Bidder possesses adequate financial resources as indicated by the following: 1. Assets and Liabilities: Attach a financial statement, audited if available, inclu Bidder's latest balance sheet and income statements showing the following i�s. a. Current assets (cash joint venture accounts, acco}lnts rec a ITotes receivable, accrued income, deposits, materials inv tot and pr a' uses). b. Net fixed assets. O% ♦` �� c. Other assets. 0 _♦ f d. Current liabilities (account a ,. for income taxes, ai es, accru e. Other liabilities capit values, earne and re f. Name of paring f If S tate tot for reI p and an respons. 2. C dgments: The ollowi d itois a. N P b. N'A es able, ac a ,expenses, provision and acc t k yroll taxes). autho�d outstanding shares par ng Hate the �f. d. P1 org amed herein, explain f the orga22on furnished. ts, kcc9tanding against Bidder: CaVate Amount $ 00140 Bidder Qualifications 00140-3 January 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Transfer Station Floor Slab Replacement SECTION 00140 — BIDDER'S QUALIFICATION STATEMENT (continued) Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: 2/25/2025 , 20 tvrrr�.r.yi., .�rrwl Name of Organization: .` JL Bry-son Inc. By Ashton Adamsej (Type or ly I ' p By � O _✓ (Signature) Title Division Manager •` (Type or legibly print) If Bidder is a partnership, the es she si (d�owed �fgnature of at least one of the partners. If Bidder orati or �, the c o name sha si signed, followed b the signature of a duly -au er and he co aal a g y Contractor shall attach yd o�thor{ty of si Con or LLC, Contractor shall" attac o1►ate Res t uthoriz' Slgil. 5 �, kf%TD OF T�V 00140 ffxqco r is a corporation, corporate entity niractor's signature and authority to 00140 Bidder Qualifications 00140-4 January 2025 Office: 479.439.9171 PO Box 1479 Huntsville, AR 72740 20121 E Hwy 412 Springdale, AR 72764 Statement of Bidders Qualifications • Name of Bidder: J L Bryson Inc • Permanent main office address: 20121 E. Hwy 412 Springdale, Arkansa§12764 • When organized: Started August 1988, Incorporated March 2005 ^ • Where Incorporated: Arkansas O • How many years in business: 37 years ' • Type of work performed by our company: I ust al lant NDOWTater 41 stations lift stations sus ended nine brid es . • Have you failed to complete any wog d to Y • Have you ever defaulted on a contrast': ` �_j/`"�`` u\\rre��nt 1�d Prq'c4l is' ///���'`6 MCRW Water Treatment Pla nsigj O O Madison County Arkansas Estimated Completion 1 1%6 CO Estimated Contract amou OQQ Engineer: ESI, Tim Mayes ^ • ` ` O� BWPS Mise Metals Beaver Water District; S oted tp ( &nd Hea Eontractors Estimated Completio 1 �` Estimated Contract a t 1,700 Engineer: B&V Rogers Sludge er Mly Mlls `V Rogers WWTP; Subco4tQkpd to CrosslarHeavy Contractors Estimated Completija Wl 26 Estimated ContracdINnt $1,400,000 Engineer: B&Vji ins Wier Glenp ` Blower Pipe Gle1 TP; Subcontracted to Crossland Heavy Contractors Estimated,Completion 12-2025 Estimated Contract amount $950,000 Engineer: Garver Page 1 of 5 Alma Water Treatment Plant City of Alma Arkansas An Ozone Process Water Treatment Plant. Completed 12-2010 Contract amount $3,697,263.00 Contact. Mark Yardley 479-632-2254 Percent of work by JLB: 75% Engineer: McClelland Office: 479.439.9171 PO Box 1479 Huntsville, AR 72740 20121 E Hwy 412 Springdale, AR 72764 Recent Projects Double Springs Road Lift Station V` co �` City of Fayetteville Completed 2008 (�� '� J� Contract fwount. $1,697,881.0Q(1V GO O Percentrcent of work by JLB: 800/1 Engineers: RJNCO Community Water Syster►2 Membrane Process Water Treatme t lt ` O Greers Ferry, Arkansas Contract Amount $3,17 r �� Percent of work by J B�,� Engineer.200HansonM Cy hjjjj���n En 16-� Completed 2 10 Huntsville BiofPlant Huntsville, ArkansaV Contract Amount 000.1 Percent of wor : 70% ComvletiondDUNMarch 2015 Crossing With 16" Waterline Scranton,'Arkansas Contract Amount $2,427,000.00 Percent of work by JLB: 100% Completion Date. March 2015 Engineers: McGoodwin Williams and Yates. Chris Hall 479-443-3404 Page 2 of 5 Office: 479.439.9171 PO Box 1479 Huntsville, AR 72740 20121 E Hwy 412 Srorinadale. AR 72764 City of Fayetteville, Noland W WTP Installation of Ozone Treatment Equipment Completed 2-2016 ♦` Contract amount $923,082.93 �('1 Percent of work by JLB: 65% Engineer: H2MHi11 Alma Fluoridation Addition 0 City of Alma Arkansas Installation of fluoride equipment �� Completed Contract amount 250,387.50 ♦` � �(,J Percent of work by JLB: 95% Contact: Mark Yardley ` Engineer: McClelland n` _ _`v ♦` City of Huntsville, Huntsvil P Installation of sludge dry`�w Completed oust $ _♦J Contract amount $542,425. 0 ♦` � ` �(`` Percent of work by JLB: 75% Contact: Larry Garrett O Engineer: McClelland Term Prairie Grove Wat ent C` pr e}s City of Prairi �x� V Complet11 e reha i ron of " 'E./ Completed 2-201 Contract amount: $ 1 .00 Percent of work by % Engineer: McCILC Hot Spri ge WWTP Improvements Insta o TP Equipment Compl d: 1-2018 Contract amount: $704,300.00 Percent of work by JLB: 65% Engineer: McClelland Waldron Wastewater Treatment Plant Improvements Installation of WWTP Equipment Page 3 of 5 Office: 479.439.9171 PO Box 1479 Huntsville, AR 72740 20121 E Hwy 412 Springdale, AR 72764 Completed: 9-2019 McClelland Engineers Contract amount: $225,000.00 Percent of work by JLB: 85% v\ Rogers Pollution Control I �� Rogers Water Utilities Completed:3/2020 O Subcontractor to Crossland Heavy Contractors Garver Engineering, Kipp Martin Contract amount: $864,250.00 V Zinc DamCity of Tulsa61S Completed 6/1/2024 Subcontractor to Crossland Con aCoylp© Owl CH2MHi1`CO Contract amount: $1,64 ` Hotchatown Offsite W W FP I ov�f�te�ts Cherokee Nation Completed 2-1-2024 Subcontractor to Crossl WY Cogtr�C[�� Contract amount: $1,06 ,9 16 0 cjor Equipment 10 Ton Crane True&rj Deere 200LC Ex Cat Excavato� Cat 420 B Caoe Catt zer Man Li Boom Lift 1 OK Sky Track Complete metal fabrication shop Page 4 of 5 Office: 479.439.9171 PO Box 1479 Huntsville, AR 72740 20121 E Hwy 412 Springdale, AR 72764 Personnel President: Justin Bryan: 40 Years Experience Lorin Bryan: 21 Years Experience GAshton Adams: 19 Years Experience ��� Daniel Allen: 25 Years Experience �4�► Banrence e)Arve.`a► Matt Bank Matt ^ o Owl MSmith Bond' ent A Bancorp South Insurance �'ervi N Kevin Bruick (`1Bondin mit Job Dependent. $7, 000,90 e30, 000 * � ,�/ Page 5 of 5 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement DOCUMENT 00430 — LIST OF SUBCONTRACTORS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for: FAYETTEVILLE TRANSFER STATION IMPROVEMENTS METAL PUSH WALL AND CHUTE REPLACEMENT, Bid 25-31, Construction Rebid. Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Clearing/Demolition SWPPP/Erosion Control Asphalt Concrete Landscaping Material Testing Subcontractor's Name and Address a Other (de•Nis El trie Ok Vk 1020 . c cool Ave. Fayetteville AR NOTE: Th ust be submitted in accordance with the Instructions to Bidders. Bidder's Signature END OF DOCUMENT 5% 00430 List of Subcontractors 00430- 1 January 2025 CITY OF Contract for Services ' FAYETTEVILLE Construction —Transfer Station Improvements A R K A N S A S Contractor/Vendor: A Bry-son Inc Term: Single Project THIS AGREEMENT is made this 18 day of March , 2025, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE or CITY) and JL Bry-son Inc (Vendor or JL Bry-son). CITY OF FAYETTEVILLE from time to time requires professional construction services in connection with construction projects. Therefore, CITY OF FAYETTEVILLE and JL Bry-son, in consideration of their mutual covenants, agree as follows: Work performed by JL Bry-son shall be performed under valid, active, current license with the Arkansas Contractor's Licensing Board. JL Bry-son shall follow all federal, state, and local laws at all times. 1. Contracted parties and relationship: a. This agreement shall be binding between all parties. Fees shall be provided as identified in appendices. i. JL Bry-son's Tax identification number (TIN) ending in 7135 ii. JL Bry-son's Arkansas Contractor License No. 0032810325 iii. JL Bry-son's Secretary of State Filing No. 8000536S1 b. Parties agree to act on the basis of mutual trust, good faith, and fair dealing, and perform in a fiscally responsible and timely manner. Parties shall each endeavor to promote harmony and cooperation among all Project participants. 2. Entire Agreement and Exhibits: This Agreement sets forth the entire agreement and understanding between the parties on the subject matter of this Agreement. Neither party shall be bound by any conditions, definitions, representations or warranties with respect to the subject matter of this Agreement other than those as expressly provided herein. a. Appendices included under this agreement include the following: i. Appendix A: Bid Tabulation ii. Appendix B: Bid package identified as Bid 25-31, Construction —Transfer Station Improvements Rebid with the specifications and conditions typed thereon inclusive of all bidding documents, plans and drawings, and issued addenda. iii. Appendix C: JL Bry-son's bid submittal iv. Appendix D:1L Bry-son's Certificate of Insurance v. Appendix E: JL Bry-son's 100% Performance and Payment Bonds 1. Appendix D and E shall be submitted to the City within the timeframe identified in the bid documents or 10 (ten) calendar days. b. This agreement may be modified only by a duly executed written instrument signed by the CITY and JL Bry-son. c. ORDER OF PRECEDENCE: In case of any inconsistency, conflict, or ambiguity among the Contract Documents, the documents shall govern in the following order: (a) Change Orders and written CONTRACT: Bid 25-31, Construction — Transfer Station Improvements Rebid Page 1 of 20 City of Fayetteville, AR amendments to this Agreement which are executed by all parties; (b) the Agreement; (c) JL Bry-son's Proposal (d) City's published bid and associated Addenda. 3. Notices: Any notice required under this Agreement shall be in writing, address to the appropriate party at the following addresses: a. City of Fayetteville: Attention: Mayor Molly A. Rawn, 113 W. Mountain, Fayetteville, AR 72701 b. Vendor: JL Bry-son Inc, 20121 E. Hwy 412, Springdale, AR 72764 4. General Provisions: a ETHICS: All parties shall perform with integrity. Each shall avoid conflicts of interest and promptly disclose to any other part any conflicts that may arise. All parties warrant that it has not and shall not pay or receive any contingent fees or gratuities to or from any other party, including agents, officer's employers, Subcontractors, Sub subcontractors, Suppliers, Volunteers, Elected Officials, or Others to secure preferential treatment. b. Workmanship: The Work shall be executed in accordance with the Contract Documents in a workmanlike manner. All materials used in the Work shall be furnished in sufficient quantities to facilitate the proper and expeditious execution of the Work and shall be new except as otherwise provided in the Contract Documents. c. MATERIALS FURNISHED BY OWNER OR OTHERS: If the Work includes installation of materials or equipment furnished by City or Others, it shall be the responsibility of the vendor to examine the items so provided and thereupon handle, store, and install the items, unless otherwise provided in the Contract Documents, with such skill and care as to provide a satisfactory and proper installation. Loss or damage due to acts or omissions of the vendor shall be the responsibility of vendor and may be deducted from any amounts due or to become due. Any defects discovered in such materials or equipment shall be reported at once to the City and the City's contracted third -party Design Professional. Following receipt of written notice from vendor of defects, City and Design Professional shall promptly inform the City what action, if any, vendor shall take with regard to the defects. d. WORKSITE VISIT: Vendor acknowledges that it has visited, or has had the opportunity to visit, the Worksite to visually inspect the general and local conditions which could affect the Work. e. Vendor shall perform all duties and responsibilities necessary to coordinate the various parts of the Work and to prepare its Work for the work of City or Others. i. Cutting, patching, or altering the work of City or Others shall be done with the prior written approval of City and Design Professional. Such approval shall not be unreasonably withheld. f. COMPLIANCE WITH LAWS: Vendor shall comply with all the Law at its own cost. Vendor shall be liable to City for all loss, cost, or expense attributable to any acts or omissions by Vendor its employees, subcontractors, suppliers, and agents for failure to comply with Laws, including fines, penalties, or corrective measures. g. COST OF CORRECTING DAMAGED OR DESTROYED WORK: With regard to damage or loss attributable to the acts or omissions of City or Others and not to Vendor, City may either (a) promptly remedy the damage or loss and assume affected warranty responsibilities, (b) accept the damage or loss, or (c) issue a Change Order to remedy the damage or loss. If Vendor incurs costs or is delayed due to such loss or damage, Vendor may seek an equitable adjustment in the Cost of the Work, Date of Substantial Completion or Date of Final Completion. Any equitable adjustment shall be approved by all parties. CONTRACT: Bid 25-31, Construction —Transfer Station Improvements Rebid Page 2 of 20 City of Fayetteville, AR h. Taxes and Permits: Vendor shall give public authorities all notices required by law and shall obtain and pay for all necessary permits, licenses, and renewals pertaining to the Work. Vendor shall provide to City copies of all notices, permits, licenses, and renewals required under this Agreement. i. Vendor shall pay applicable taxes and permit fees associated with the entire project. i. DISCOUNTS: All discounts for prompt payment shall accrue to City. All trade discounts, rebates, and refunds, and all returns from sale of surplus materials and equipment, shall be credited to the Cost of the Work, or directly to the City after final payment. j. City may occupy or use completed or partially completed portions of the Work when (a) the portion of the Work is designated in a Certificate of Substantial Completion, (b) appropriate insurer(s) consent to the occupancy or use, and (c) public authorities authorize the occupancy or use. Vendor shall not unreasonably withhold consent to partial occupancy or use. k. EXTENT OF AGREEMENT: Except as expressly provided, this Agreement is for the exclusive benefit of all Parties, and not the benefit of any third party. This Agreement represents the entire and integrated agreement between the Parties, and supersedes all prior negotiations, representations, or agreements, either written or oral. This Agreement and each and every provision is for the exclusive benefit of all Parties and not for the benefit of any third party. I. ASSIGNMENT: Except as to the assignment of proceeds, no Party shall assign their interest in this Agreement without the written consent of the other Party. The terms and conditions of this Agreement shall be binding upon all Parties, their partners, successors, assigns, and legal representatives. No Party shall assign the Agreement without written consent of the other. m. Where figures are given, they shall be preferred to scaled dimensions. n. The drawings and specifications are complementary. If Work is shown only on one but not on the other, Vendor shall perform the Work as though fully described on both. Vendor shall seek clarification from the City or the City's third -party Design Professional for any discrepancies. o. In case of conflicts between the drawings and specifications, the specifications shall govern unless otherwise stated in the bidding documents. In any case of omissions or errors in figures, drawings, or specifications, Vendor shall immediately submit the matter to City and Design Professional for clarification. The City's clarifications are final and binding, which may include third -party Design Professional content. p. DEBARMENT AND SUSPENSION: By execution of this agreement, Vendor certifies that to the best of its knowledge and belief that the Vendor and its principals: Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; ii. Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; iii. Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (2) of this certification; and iv. (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. CONTRACT: Bid 25-31, Construction — Transfer Station Improvements Rebid Page 3 of 20 City of Fayetteville, AR v. Vendor understands that a false statement on certification regarding debarment and suspension may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine. I further certify that I will obtain a similar certification for each subcontract awarded in excess of $50,000. vi. Certifications for subcontracts or sub subcontracts executed under this agreement shall include all language in this section. 5. Definitions: a. Unless otherwise specifically defined in this Agreement, any terms that have well-known technical or trade meanings shall be interpreted in accordance with their well-known meanings. b. "Business Day" means all Days, except weekends and official federal or state holidays where the Project is located. c. A "Change Order" is a written order signed by all Parties after execution of this Agreement, indicating changes in the scope of the Work, and Date of Substantial Completion or Date of Final Completion. d. "Contract Time" is the period between the Date of Notice to Proceed and the total time authorized to achieve Final Completion. e. "Cost of the Work" means the total costs and discounts charged to the City. f. The "Vendor" is the person or entity identified in this contract and includes Vendor's Representative. g. "Day" means a calendar day unless otherwise specified. h. "Defective Work" is any portion of the Work that that does not conform with the requirements of the Contract Documents. i. "Design Professional" means the licensed architect retained by the City and its subconsultants, to perform design services for the Project. j. "Final Completion" occurs on the date when Vendor's obligations under this Agreement are complete and accepted by City and final payment becomes due and payable. This date shall be confirmed by a Certificate of Final Completion signed by all Parties. k. "Hazardous Material" is any substance or material identified now or in the future as hazardous under the Law, or any other substance or material that may be considered hazardous or otherwise subject to statutory or regulatory requirement governing handling, disposal, or cleanup. I. "Interim Directive" is a written order containing change to the Work directed by and in consultation with City and Design Professional after execution of this Agreement and before Substantial Completion. Interim Directives shall be consolidated and formalized in a change order to be signed by all parties. m. "Law" means federal, state, or local laws, ordinances, codes, rules, and regulations applicable to the Work with which Vendor must comply that are enacted as of the Agreement date. n. "Others" means City's other: (a) contractors/constructors, (b) suppliers, (c) subcontractors, sub subcontractors, or suppliers of (a) and (b); and others employed directly or indirectly by (a), (b), or (c) or any by any of them or for whose acts any of them may be liable. o. "Overhead" means (a) payroll costs, burden, and other compensation of Vendor's employees in Vendor's principal and branch offices for work associated with this project. p. "Owner" is the City of Fayetteville, Arkansas (City). CONTRACT: Bid 25-31, Construction — Transfer Station Improvements Rebid Page 4 of 20 City of Fayetteville, AR q. The "Owner's Program" is an initial description of Owner's objectives, including budgetary and time criteria, space requirements and relationships, flexibility and expandability requirements, special equipment and systems, site requirements, and any requirements for phased occupancy. r. The "Parties" are collectively City and Vendor. s. The "Project," is the building, facility, or other improvements for which Vendor is to perform Work under this Agreement. It may also include construction by Owner or Others. t. The "Schedule of the Work" is the document prepared by Vendor that specifies the dates on which Vendor plans to begin and complete various parts of the Work, including dates on which information and approvals are required from City. u. "Subcontractor" is a person or entity retained by Vendor as an independent contractor to provide the labor, materials, equipment, or services necessary to complete a specific portion of the Work. The term Subcontractor does not include Design Professional or Others. v. "Substantial Completion" of the Work, or of a designated portion, occurs on the date when the Work is sufficiently complete in accordance with the Contract Documents so that City may occupy or utilize the Work, or a designated portion, for the use for which it is intended, without unapproved disruption. This date shall be confirmed by a certificate of Substantial Completion signed by all Parties. w. A "Sub subcontractor" is a person or entity who has an agreement with a Subcontractor or another sub subcontractor or Supplier to perform a portion of the Subcontractor's Work or supply material or equipment. x. A "Supplier" is a person or entity retained by Vendor to provide material or equipment for the Work. y. "Terrorism" means a violent act, or an act that is dangerous to human life, property, or infrastructure, that is committed by an individual or individuals and that appears to be part of an effort to coerce a civilian population or to influence the policy or affect the conduct of any government by coercion. Terrorism includes, but is not limited to, any act certified by the United States government as an act of terrorism pursuant to the Terrorism Risk Insurance Act, as amended. z. "Work" means the construction services necessary or incidental to fulfill Vendor's obligations for the Project in accordance with and reasonably inferable from the Contract Documents. The Work may refer to the whole Project or only a part of the Project if work is also being performed by Owner or Others. aa. "Worksite" means the area of the Project where the Work is to be performed. bb. "Bi-monthly basis" means every fourteen to sixteen calendar days. 6. Contract Document Review and Administration a. Before commencing the Work, Vendor shall examine and compare the drawings and specifications with information furnished by the City and Design Professional that are considered Contract Documents, relevant field measurements made by Vendor, and any visible conditions at the Worksite affecting the Work. b. Should Vendor discover any errors, omissions, or inconsistencies in the Contract Documents, Vendor shall promptly report them to the City and Design Professional. Following receipt of written notice from Vendor of defects, City shall promptly inform Vendor what action, if any, Vendor shall take with regard to the defect. c. Nothing in this section shall relieve Vendor of responsibility for its own errors, inconsistencies, or omissions. d. COST REPORTING: Vendor shall maintain complete, accurate, and current records that comply with generally accepted accounting principles and calculate the proper financial management under this CONTRACT: Bid 25-31, Construction —Transfer Station Improvements Rebid Page 5 of 20 City of Fayetteville, AR Agreement. Vendor shall maintain a complete set of all books and records prepared or used by Vendor with respect to the Project. City shall be afforded access to all of Vendor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to this Agreement. Vendor shall preserve all such records for a period of three years after the final payment or longer where required by Law. 7. Warranty a. Vendor warrants all materials and equipment furnished under the Construction Phase of this Agreement will be new unless otherwise specified, of good quality, in conformance with the Contract Documents, and free from defective workmanship and materials. At City or Design Professional request, Vendor shall furnish satisfactory evidence of the quality and type of materials and equipment furnished. Vendor further warrants all Work shall be free from material defects not intrinsic in the design or materials required in the Contract Documents. Vendor's warranty does not include remedies for defects or damages caused by normal wear and tear during normal usage beyond the warranty period, use for a purpose for which the Project was not intended, improper or insufficient maintenance, modifications performed by the City or others, or abuse. Vendor's warranty shall commence on the Date of Final Completion of the Project. b. To the extent products, equipment, systems, or materials incorporated in the Work are specified and purchased by the City, they shall be covered exclusively by the warranty of the manufacturer. There are no warranties which extend beyond the description on the face of any such warranty. For such incorporated items, ALL OTHER WARRANTIES EXPRESSED OR IMPLIED INCLUDING THE WARRANTY OF MERCHANTABILITY AND THE WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE ARE EXPRESSLY DISCLAIMED. c. Vendor shall obtain from its Subcontractors and Suppliers any special or extended warranties required by the Contract Documents. Vendor's liability for such warranties shall be limited to the one-year correction period, as further defined in this Agreement. After that period Vendor shall provide full and comprehensive assistance to the City in enforcing the obligations of Subcontractors or Suppliers for such extended warranties. d. Correction of Work: If before Substantial Completion or within two -years after the date of Final Completion of the Work any Defective Work is found, City shall promptly notify Vendor in writing. Unless City provides written acceptance of the condition, Vendor shall promptly correct the Defective Work at its own cost and time and bear the expense of additional services required for correction of any Defective Work for which it is responsible. If within the two-year correction period City discovers and does not promptly notify Vendor or give Vendor an opportunity to test or correct Defective Work as reasonably requested by Vendor, City waives Vendor's obligation to correct that Defective Work as well as City's right to claim a breach of the warranty with respect to that Defective Work. ii. If Vendor fails to correct Defective Work within a reasonable time after receipt of written notice from City before final payment, City may correct it in accordance with Owner's right to carry out the Work. In such case, an appropriate Change Order shall be issued deducting the cost of correcting the Defective Work from payments then or thereafter due Vendor. If payments then or thereafter due Vendor are not sufficient to cover such amounts, Vendor shall pay the difference to City. iii. Vendor's obligations and liability, if any, with respect to any Defective Work discovered after the two-year correction period shall be determined by the Law. If, after the two-year correction period but before the applicable limitation period has expired, City discovers any Work which City CONTRACT: Bid 25-31, Construction — Transfer Station Improvements Rebid Page 6 of 20 City of Fayetteville, AR considers Defective Work, City shall, unless the Defective Work requires emergency correction, promptly notify Vendor and allow Vendor an opportunity to correct the Work if Vendor elects to do so. If Vendor elects to correct the Work, it shall provide written notice of such intent within fourteen (14) Days of its receipt of notice from City and shall complete the correction of Work within a mutually agreed timeframe. If Vendor does not elect to correct the Work, City may have the Work corrected by itself or Others, and, if City intends to seek recovery of those costs from Vendor, City shall promptly provide Vendor with an accounting of the actual correction costs. iv. If Vendor's correction or removal of Defective Work causes damage to or destroys other completed or partially completed work or existing building, Vendor shall be responsible for the cost of correcting the destroyed or damaged property. v. The two-year period for correction of Defective Work does not constitute a limitation period with respect to the enforcement of Vendor's other obligations under the Contract Documents. vi. Before final payment, at City option and with Vendor's agreement, City may elect to accept Defective Work rather than require its removal and correction. In such cases the contract shall be equitably adjusted for any diminution in the value, as determined by City, of the Project caused by such Defective Work via formal written change order. 8. Safety of Persons and Property a. SAFETY PROGRAMS: Vendor holds overall responsibility for safety programs. However, such obligation does not relieve Subcontractors of their safety responsibilities and to comply with the Law. Vendor shall prevent against injury, loss, or damage to persons or property by taking reasonable steps to protect: (a) its employees and other persons at the Worksite; (b) materials and equipment stored at onsite or offsite locations for use in performing the Work; and (c) property located at the Worksite and adjacent to work areas, whether or not the property is part of the Worksite. b. VENDOR'S SAFETY REPRESENTATIVE: Vendor shall designate an individual at the Worksite in its employ as its safety representative. Unless otherwise identified by Vendor in writing to City, Vendor's project superintendent shall serve as its safety representative. Vendor shall report promptly in writing all recordable accidents and injuries occurring at the Worksite. When Vendor is required to file an accident report with a public authority, Vendor shall furnish a copy of the report to City. c. Vendor shall provide City with copies of all notices required of Vendor by the Law. Vendor's safety program shall comply with the requirements of governmental and quasi -governmental authorities having jurisdiction. i. Damage or loss not insured under property insurance that may arise from the Work, to the extent caused by negligent or intentionally wrongful acts or omissions of Vendor, or anyone for whose acts Vendor may be liable, shall be promptly remedied by Vendor. d. If City deems any part of the Work or Worksite unsafe, City, without assuming responsibility for Vendor's safety program, may require Vendor to stop performance of the Work, take corrective measures satisfactory to City. If Vendor does not adopt corrective measures, City may perform them and deduct their cost from the GMP. Vendor agrees to make no claim for damages, or an increase in the GMP, or for a change in the Dates of Substantial or Final Completion based on Vendor's compliance with City's reasonable request. 9. Subcontracts: a. BINDING OF SUBCONTRACTORS AND SUPPLIERS: Vendor agrees to bind every Subcontractor and Supplier and require every Subcontractor to so bind its subcontractors and significant supplier, to the Contract CONTRACT: Bid 25-31, Construction —Transfer Station Improvements Rebid Page 7 of 20 City of Fayetteville, AR Documents as they apply to the Subcontractor's or Supplier's applicable provisions to that portion of the Work. b. Vendor agrees not to subcontract Vendor at risk related services without prior written consent from the City. 10. Fees, Expenses, and Payments: a. JL Bry-son, at its own cost and expense, shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to complete items bid per Bid 25-31 as stated in JL Bry-son's bid response, and in accordance with specifications attached hereto and made a part hereof under Bid 25-31, all included herein as if spelled out word for word. b. This turn -key project providing labor and materials shall be provided to the City for a not to exceed fee of $672,789.02 US Dollars. c. The City of Fayetteville shall pay JL Bry-son for completion of the project based on a percentage of work completed. At no point shall payment exceed the percentage of work completed, as determined by the City. d. Payments will be made after approval and acceptance of work and submission of invoice Payments will be made approximately 30 days after approval of invoice. The City of Fayetteville reserves the right to request receipts for materials purchased for the City of Fayetteville from suppliers, subcontractors, or other sources. The City of Fayetteville does not agree to any interest or penalty for "untimely" payments. e. The City reserves the right to withhold five percent (5%) retainage from all payments until project is completed in full. f. Not to exceed pricing shall include but not be limited to: i. Labor wages directly employed by Vendor in performing of the Work. ii. Salaries of Vendor's employees when stationed at the field office, in whatever capacity employed, employees engaged on the road expediting the production or transportation of material and equipment, and employees from the principal or branch office as mutually agreed by the Parties in writing. iii. Cost of all employee benefits and taxes, including but not limited to, workers' compensation, unemployment compensation, social security, health, welfare, retirement, and other fringe benefits as required by law, labor agreements, or paid under Vendor's standard personnel policy, insofar as such costs are paid to employees of Vendor who are included in the Cost of the Work. iv. Transportation, travel, hotel, and moving expenses of Vendor's personnel incurred in connection with the Work. v. Cost of all materials, supplies, and equipment incorporated in the Work, including costs of inspection and testing if not provided by City, transportation, storage, and handling. vi. Payments made by Vendor to Subcontractors for work performed under this Agreement. vii. Cost, including transportation and maintenance of all materials, supplies, equipment, temporary facilities, and hand tools not owned by the workers that are used or consumed in the performance of the Work, less salvage value or residual value; and cost less salvage value on such items used, but not consumed that remain the property of Vendor. viii. Rental charges of all necessary machinery and equipment, exclusive of hand tools owned by CONTRACT: Bid 25-31, Construction — Transfer Station Improvements Rebid Page 8 of 20 City of Fayetteville, AR workers, used at the Worksite, whether rented from Vendor or others, including installation, repair, and replacement, dismantling, removal, maintenance, transportation, and delivery costs at competitive market rates. ix. Cost of the premiums for all insurance and surety, performance or payment bonds which Vendor is required to procure or deems necessary and approved by City. x. Sales, use, gross receipts, or other taxes, tariffs, or duties related to the Work for which Vendor is liable. xi. Permits, taxes, fees, licenses, tests, royalties. xii. Losses, expenses, or damages to the extent not compensated by insurance or otherwise, and the cost of corrective work during the Construction Phase and for the warranty period. xiii. Costs associated with establishing, equipping, operating, maintaining, mobilizing and demobilizing the field office and site. xiv. Water, power, and fuel costs necessary for the Work. xv. Cost of removal of all nonhazardous substances, debris, and waste materials. xvi. Costs incurred due to an emergency affecting the safety of persons or property. xvii. Costs directly incurred in the performance of the Work or in connection with the Project, and not included in Vendor's Fee, which are reasonably inferable from the Contract Documents. g. STORED MATERIALS AND EQUIPMENT: Unless otherwise provided in the contract documents, applications for payment may include materials and equipment not yet incorporated into the Work but delivered to and suitably stored onsite or offsite including applicable insurance, storage, and costs incurred transporting the materials to an offsite storage facility. Approval of payment applications for stored materials and equipment stored offsite shall be conditioned on a submission by Vendor of bills of sale and proof of required insurance, or such other documentation satisfactory to City to establish the proper valuation of the stored materials and equipment, City's title to such materials and equipment, and to otherwise protect City's interests therein, including transportation to the Worksite. Materials and equipment stored offsite shall be in a bonded and insured secure facility. h. FINAL PAYMENT: Upon satisfactory completion of the work performed under this Agreement, as a condition before final payment under this Agreement, or as a termination settlement under this Agreement, JL Bry-son shall execute and deliver to CITY OF FAYETTEVILLE a release of all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement, except claims which are specifically exempted by JL Bry-son to be set forth therein. i. Unless otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the parties to this Agreement, final payment under this Agreement or settlement upon termination of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims against JL Bry-son or sureties under this Agreement. 11. Project Bonding - Performance and payment bonding: After execution of this contract by all parties, JL Bry-son shall provide 100% separate performance and payment bonds (inclusive of any approved contingency) from a bonding company, licensed to do business in the state of Arkansas. Bonds shall be provided within ten (10) calendar days after this contract has been executed by all parties. a. All bonds shall be listed with the U.S. Treasury Department listing of approved surety's (T-List) and shall be rated A+ minimum by A. M. Best. CONTRACT: Bid 25-31, Construction —Transfer Station Improvements Rebid Page 9 of 20 City of Fayetteville, AR 12. Time: a. SUBSTANTIAL and FINAL COMPLETION: Date of Substantial Completion and the Date of Final Completion shall be established in the contract documents as a hard not -to -exceed date. If such dates are not established upon the execution of this Agreement, a Date of Substantial Completion and Date of Final Completion of the Work shall be established via Change Order. b. Time is of the essence with regard to the obligations of the Contract Documents. c. Unless instructed by City in writing, Vendor shall not knowingly commence the Work before the effective date of Vendor's required insurance and bonds and formal written and signed Purchase Order issued by the City of Fayetteville Purchasing Division. d. Schedule of Work: Before submitting its first application for payment, Vendor shall submit to City and, if directed, Design Professional a Schedule of the Work showing the dates on which Vendor plans to begin and complete various parts of the Work, including dates on which information and approvals are required from City. Except as otherwise directed by City, Vendor shall comply with the approved Schedule of the Work or Vendor. City may determine the sequence in which the Work shall be performed, provided it does not unreasonably interfere with the approved project schedule. City may require Vendor to make reasonable changes in the sequence at any time during the performance of the Work in order to facilitate the performance of work by City or Others. If Vendor consequently incurs costs or is delayed, the Dates of Substantial or Final Completion, or both, Vendor may seek equitable adjustment. e. NOTICE OF DELAY CLAIMS: If Vendor requests an equitable extension of the Contract Time or an equitable adjustment contract as a result of a delay described, Vendor shall give City written notice of the claim. If Vendor causes delay in the completion of the Work, City shall be entitled to recover its additional costs. 13. Substantial Completion: a. The Work shall be Substantially Completed within 60 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS. b. Vendor shall notify City and, if directed, Design Professional when it considers Substantial Completion of the Work or a designated portion to have been achieved. City, with the assistance of its Design Professional, shall promptly conduct an inspection to determine whether the Work or designated portion can be occupied or used for its intended use by City without excessive interference in completing any remaining unfinished Work. If City determines the Work or designated portion has not reached Substantial Completion, City, with the assistance of its Design Professional, shall promptly compile a list of items to be completed or corrected so City may occupy or use the Work or designated portion for its intended use. Vendor shall promptly and accurately complete all items on the list. c. When Substantial Completion of the Work or a designated portion is achieved, Vendor shall prepare a Certificate of Substantial Completion establishing the date of Substantial Completion and the respective responsibilities of each Party for interim items such as security, maintenance, utilities, insurance, and damage to the Work, and fixing the time for completion of all items on the list accompanying the Certificate. The Certificate of Substantial Completion shall be submitted by Vendor to City and, if directed, to Design Professional for written acceptance of responsibilities assigned in the Certificate of Substantial Completion. d. Unless otherwise provided in the Certificate of Substantial Completion, warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or a designated portion. CONTRACT: Bid 2S-31, Construction — Transfer Station Improvements Rebid Page 10 of 20 City of Fayetteville, AR e. Upon City's written acceptance of the Certificate of Substantial Completion, City shall pay to Vendor the remaining retainage held by City for the Work described in the Certificate of Substantial Completion less a sum equal to one hundred and fifty percent (150%) of the estimated cost of completing or correcting remaining items on that part of the Work, as agreed to by the Parties as necessary to achieve Final Completion, including all close outs. Uncompleted items shall be completed by Vendor in a mutually agreed upon timeframe. 14. Final Completion: a. The Work shall be completed and ready for final payment in accordance with the GENERAL CONDITIONS within 75 calendar days after the date when the Contract Times commence to run. b. Upon notification from Vendor that the Work is complete and ready for final inspection and acceptance, City, with the assistance of its Design Professional shall promptly conduct an inspection to determine if the Work has been completed and is acceptable under the Contract Documents. c. When the Work is complete, Vendor shall prepare for City's written acceptance a final application for payment stating that to the best of Vendor's knowledge, and based on City's inspections, the Work has reached Final Completion in accordance with the Contract Documents. d. Final payment shall be made to Vendor within thirty (30) Days after Vendor has submitted an application for final payment, pending the application has been approved by the City, including submissions required, and a Certificate of Final Completion has been executed by all Parties. e. Final payment shall be due on Vendor's submission of the following to the City: i. an affidavit declaring any indebtedness connected with the Work, to have been paid, satisfied, or to be paid with the proceeds of final payment, so as not to encumber City property; ii. as -built drawings, manuals, copies of warranties, and all other close-out documents required by the Contract Documents; iii. release of any liens, conditioned on final payment being received, - iv. consent of any surety; and v. any outstanding known and unreported accidents or injuries experienced by Vendor or its Subcontractors at the Worksite. f. If, after Substantial Completion of the Work, the Final Completion of a portion of the Work is materially delayed through no fault of Vendor. If approved by City, they shall pay the balance due for any portion of the Work fully completed and accepted. If the remaining contract balance for Work not fully completed and accepted is less than the retained amount before payment, Vendor shall submit to City and, if directed, Design Professional the written consent of any surety to payment of the balance due for portions of the Work that are fully completed and accepted. Such payment shall not constitute a waiver of claims, but otherwise shall be governed by this section. g. ACCEPTANCE OF FINAL PAYMENT: Unless Vendor provides written identification of unsettled claims with an application for final payment, its acceptance of final payment constitutes a waiver of such claims. h. JL Bry-son shall ensure that the City of Fayetteville receives lien waivers from all material suppliers, subcontractors and sub -subcontractors and before work begins on the project. The contractor shall give written notice to the material suppliers, subcontractors and sub -subcontractors providing work on the project that states the following: i. 'According to Arkansas low, it is understood that no liens can be filed against public property if valid and enforceable payment and performance bond is in place. Regarding this Project and Agreement, the valid and enforceable bonds are with (_ name of surety ).' CONTRACT: Bid 25-31, Construction —Transfer Station Improvements Rebid Page 11 of 20 City of Fayetteville, AR ii. JL Bry-son shall have each subcontractor, sub -subcontractor and material supplier execute a written receipt evidencing acknowledgment of this statement prior to commencement of the work of the subcontractor or material supplier. 15. Liquidated Damages: CONTRACTOR accepts the provisions as to liquidated damages in the event of failure to complete the Work within the total completion time. Liquidated damages in the sum of $1,000.00 USD for each consecutive calendar day thereafter will be assessed. 16. Notices: Any notice required to be given under this Agreement to either party to the other shall be sufficient if addressed and mailed, certified mail, postage paid, delivery, fax or e-mail (receipt confirmed), or overnight courier. 17. Jurisdiction: Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case. 18. Venue: Venue for all legal disputes shall be Washington County, Arkansas. 19. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the VENDOR shall 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 photo coping costs pursuant to the FOIA may be assessed for this compliance. 20. Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 21. Insurance: a. Before starting the Work and as a condition precedent to payment, Vendor shall procure and maintain in force Workers' Compensation Insurance, Employers' Liability Insurance, Business Automobile Liability Insurance, and Commercial General Liability Insurance ("CGL"). The CGL policy shall include coverage for liability arising from premises, operations, independent contractors, products -completed operations, personal injury and advertising injury, contractual liability, pollution coverage, and broad form property damage. Vendor shall maintain completed operations liability insurance for one year after Substantial Completion, or as required by the Contract Documents, whichever is longer. b. Employers' Liability, Business Automobile Liability, and CGL coverages required may be provided by a single policy for the full limits required or by a combination of underlying policies with the balance provided by excess or umbrella liability policies. c. Vendor shall maintain in effect all insurance coverage required with insurance companies lawfully authorized to do business in the jurisdiction in which the Project is located. If Vendor fails to obtain or maintain any insurance coverage required under this Agreement, City may purchase such coverage and charge the expense to Vendor or terminate this Agreement. d. To the extent commercially available to Vendor from its current insurance company, insurance policies required shall contain a provision that the insurance company or its designee shall give City written notice transmitted in paper and electronic format: (a) 30 Days before coverage is nonrenewed by the insurance company and (b) within 10 Business Days after cancelation of coverage by the insurance company. Before commencing the Work and upon renewal or replacement of the insurance policies, Vendor shall furnish City with certificates of insurance until one year after Substantial Completion or longer if required by the Contract Documents. In addition, if any insurance policy required is not to be immediately replaced CONTRACT: Bid 25-31, Construction —Transfer Station Improvements Rebid Page 12 of 20 City of Fayetteville, AR without lapse in coverage when it expires, exhausts its limits, or is to be cancelled, Vendor shall give City prompt written notice upon actual or constructive knowledge of such condition. e. Certificates of Insurance shall list the City as Additional Insured Parties. f. PROPERTY INSURANCE: i. At no time shall any policy be covered by self-insurance or in a self -insured format. All policies shall be covered by an approved commercial insurance professional properly licensed to do business in Arkansas. ii. Unless otherwise directed in writing by City, before starting the Work, JL Bry-son shall obtain and maintain a Builder's Risk Policy upon the entire Project for the full cost of replacement at the time of loss, including existing structures. This insurance shall also (a) name Vendor, Subcontractors, Sub subcontractors, and Design Professional as named insureds; (b) be written in such form to cover all risks of physical loss except those specifically excluded by the policy; and (c) insure at least against and not exclude: 1. the perils of fire, lightning, explosion, windstorm, hail, smoke, aircraft (except aircraft, including helicopter, operated by or on behalf of Vendor) and vehicles, riot and civil commotion, theft, vandalism, malicious mischief, debris removal, flood, earthquake, earth movement, water damage, wind damage, testing if applicable, collapse, however caused; 2. damage resulting from defective design, workmanship, or material; 3. coverage extension for damage to existing buildings, plant, or other structures at the Worksite, when the Project is contained within or attached to such existing buildings, plant or structures. Coverage shall be to the extent loss or damage arises out of Constructor's activities or operations at the Project. 4. equipment breakdown, including mechanical breakdown, electrical injury to electrical devices, explosion of steam equipment, and damage to steam equipment caused by a condition within the equipment; 5. testing coverage for running newly installed machinery and equipment at or beyond the specified limits of their capacity to determine whether they are fit for their intended use; and 6. physical loss resulting from Terrorism. iii. The Party that is the primary cause of a Builder's Risk Policy claim shall be responsible for any deductible amounts or coinsurance payments. If no Party is the primary cause of a claim, then the Party obtaining and maintaining the Builder's Risk Policy shall be responsible for the deductible amounts or coinsurance payments. This policy shall provide for a waiver of subrogation. This insurance shall remain in effect until final payment has been made or until no person or entity other than City has an insurable interest in the property to be covered by this insurance, whichever is sooner. Partial occupancy or use of the Work shall not commence until City has secured the consent of the insurance company or companies providing the coverage required in this subsection. Before commencing the Work, City shall provide a copy of the property policy or policies obtained. iv. If City elects to purchase the property insurance required by this Agreement, including all of the coverages and deductibles for the same durations specified, City shall give written notice to Vendor before the Work is commenced and provide a copy of the property policy or policies obtained in compliance with this agreement. City may then provide insurance to protect its interests and the interests of the Constructor, Subcontractors, Suppliers, and Subsubcontractors. CONTRACT: Bid 25-31, Construction —Transfer Station Improvements Rebid Page 13 of 20 City of Fayetteville, AR The cost of this insurance shall be paid by City in a Change Order. If City gives written notice of its intent to purchase property insurance required by this Agreement and fails to purchase or maintain such insurance, City shall be responsible for costs reasonably attributed to such failure. v. The Parties each waive all rights against each other and their respective employees, agents, contractors, subcontractors, suppliers, sub subcontractors, and design professionals for damages caused by risks covered by the property insurance, except such rights as they may have to the proceeds of the insurance. 1. To the extent of the limits of Vendor's Commercial General Liability Insurance, Vendor shall indemnify and hold harmless City against any and all liability, claims, demands, damages, losses, and expenses, including attorneys' fees, in connection with or arising out of any damage or alleged damage to any of City's existing adjacent property, including personal property, that may arise from the performance of the Work, to the extent caused by the negligent or intentionally wrongful acts or omissions of Vendor, Subcontractor, Supplier, Sub subcontractor, or anyone employed directly or indirectly by any of them or by anyone for whose acts any of them may be liable. g. RISK OF LOSS: Except to the extent a loss is covered by applicable insurance, risk of loss from damage to the Work shall be upon the Party obtaining and maintaining the Builder's Risk until the Date of Final Completion. h. ADDITIONAL GENERAL LIABILITY COVERAGE: City shall require Vendor to purchase and maintain additional liability coverage. Vendor shall provide: Additional Insured. City shall be named as an additional insured on Vendor's Commercial General Liability (CGL) specified, for on -going operations and completed operations, excess/umbrella liability, commercial automobile liability, and any required pollution liability, but only with respect to liability for bodily injury, property damage, or personal and advertising injury to the extent caused by the negligent acts or omissions of Vendor, or those acting on Vendor's behalf, in the performance of Vendor's work for Owner at the Worksite. The insurance of the Vendor and its Subcontractors (both primary and excess) shall be primary to any insurance available to the Additional Insureds. Any insurance available to the Additional Insureds shall be excess and non- contributory. ii. OCP. Vendor shall provide an Owners' and Contractors' Protective Liability Insurance ("OCP") policy with limits equal to the limits on CGL specified, or limits as otherwise required by Owner. i. Any documented additional cost in the form of a surcharge associated with procuring the additional liability coverage in accordance with this subsection shall be paid by VENDOR. Before commencing the Work, Vendor shall provide either a copy of the OCP policy, or a certificate and endorsement evidencing that City has been named as an additional insured, as applicable. i. ROYALTIES, PATENTS, AND COPYRIGHTS: Vendor shall pay all royalties and license fees which may be due on the inclusion of any patented or copyrighted materials, methods, or systems selected by Vendor and incorporated in the Work. Vendor shall defend, indemnify, and hold City harmless from all suits or claims for infringement of any patent rights or copyrights arising out of such selection. j. PROFESSIONAL LIABILITY INSURANCE: To the extent Vendor is required to procure design services, Vendor shall require its design professionals to obtain a commercial professional liability insurance for claims arising from the negligent performance of professional services under this Agreement, with a company reasonably satisfactory to City, including coverage for all professional liability caused by any consultants to Vendor's design professional, written for not less than one million US dollars ($1,000,000) per claim and in the aggregate. Vendor's design professional shall pay the deductible. The Professional CONTRACT: Bid 25-31, Construction —Transfer Station Improvements Rebid Page 14 of 20 City of Fayetteville, AR Liability Insurance shall contain a retroactive date providing prior acts coverage sufficient to cover all Services performed by the Constructor's design professional for this Project. Coverage shall be continued in effect for the entire warranty period. 22. Professional Responsibility: JL Bry-son will exercise reasonable skill, care, and diligence in the performance of services and will carry out its responsibilities in accordance with customarily accepted professional practices. CITY OF FAYETTEVILLE will promptly report to JL Bry-son any defects or suspected defects in services of which CITY OF FAYETTEVILLE becomes aware, so JL Bry-son can take measures to minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all remedies to recover for its damages caused by any negligence of JL Bry-son. 23. Responsibility of the City of Fayetteville a. CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of JL Bry-son: i. Provide full information as to the requirements for the Project. ii. Assist JL Bry-son by placing at JL Bry-son's disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. iii. Assist JL Bry-son in obtaining access to property reasonably necessary for JL Bry-son to perform its services. iv. Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented by JL Bry-son and render in writing decisions pertaining thereto. v. Review all documents and provide written comments to JL Bry-son in a timely manner. vi. The City of Fayetteville Sustainability Director is the project representatives with respect to the services to be performed under this Agreement. The Sustainability Director Representative shall have complete authority to transmit instructions, receive information, interpret and define policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 24. Cost Opinions and Projections: Cost opinions and projections prepared by the JL Bry-son relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, cost estimating, and operating results are based on JL Bry-son experience, qualifications, and judgment as a JL Bry-son professional. 25. Period of Service: This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE authorizing services hereunder. a. The provisions of this Agreement have been agreed to in anticipation of the orderly progress of the Project through completion of the services stated in the Agreement. JL Bry-son shall proceed with providing the authorized services immediately upon receipt of written authorization from CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services authorized and the time in which the services are to be completed. 26. Termination: a. This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this Agreement through no fault of the terminating party, provided that no termination may be effected unless the other party is given: i. Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, CONTRACT: Bid 25-31, Construction —Transfer Station Improvements Rebid Page 15 of 20 City of Fayetteville, AR ii. An opportunity for consultation with the terminating party prior to termination. b. This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that JL Bry-son is given: i. Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, ii. An opportunity for consultation with the terminating party prior to termination. c. If termination for default is affected by CITY OF FAYETTEVILLE, an equitable adjustment in the price provided for in this Agreement shall be made, but i. No amount shall be allowed for anticipated profit on unperformed services or other work, ii. Any payment due to JL Bry-son at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of JL Bry-son's default. d. If termination for default is affected by JL Bry-son, or if termination for convenience is affected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to JL Bry-son for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by JL Bry-son relating to commitments which had become firm prior to the termination. e. Upon receipt of a termination action under Paragraphs above, JL Bry-son shall: i. Promptly discontinue all affected work (unless the notice directs otherwise), ii. Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by JL Bry-son in performing this Agreement, whether completed or in process. f. Upon termination under sections above CITY OF FAYETTEVILLE may take over the work and may award another party an agreement to complete the work under this Agreement. g. If, after termination for failure of JL Bry-son to fulfill contractual obligations, it is determined that JL Bry- son had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such event, adjustments of the agreement price shall be made as provided in this agreement. 27. Delays a. In the event the services of JL Bry-son are suspended or delayed by CITY OF FAYETTEVILLE, or by other events beyond JL Bry-son's reasonable control, JL Bry-son shall be entitled to additional compensation and time for reasonable documented costs incurred by JL Bry-son in temporarily closing down or delaying the Project. b. In the event the services are suspended or delayed by JL Bry-son, CITY shall be entitled to compensation and time for reasonable costs incurred in temporarily closing down or delaying the Project. 28. Rights and Benefits: JL Bry-son's services shall be performed solely for the benefit of CITY OF FAYETTEVILLE and not for the benefit of any other persons or entities. 29. Dispute Resolution a. Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY OF FAYETTEVILLE and JL Bry-son which arise from, or in any way are related to, this Agreement, including, but not limited to the interpretation of this Agreement, the enforcement of its terms, any acts, errors, or CONTRACT: Bid 25-31, Construction —Transfer Station Improvements Rebid Page 16 of 20 City of Fayetteville, AR omissions of CITY OF FAYETTEVILLE or JL Bry-son in the performance of this Agreement, and disputes concerning payment. b. Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If timely Notice is given as described in this agreement, but an action is initiated prior to exhaustion of these procedures, such action shall be stayed, upon application by either party to a court of proper jurisdiction, until the procedures in this agreement have been complied with. c. Notice of Dispute i. For disputes arising prior to the making of final payment promptly after the occurrence of any incident, action, or failure to act upon which a claim is based, the party seeking relief shall serve the other party with a written Notice. ii. For disputes arising within one year after the making of final payment, CITY OF FAYETTEVILLE shall give JL Bry-son written Notice at the address listed in this agreement within thirty (30) calendar days after occurrence of any incident, accident, or first observance of defect or damage. In both instances, the Notice shall specify the nature and amount of relief sought, the reason relief should be granted, and the appropriate portions of this Agreement that authorize the relief requested. iii. Negotiation: Within seven (7) calendar days of receipt of the Notice, the Project Managers for CITY OF FAYETTEVILLE and JL Bry-son shall confer in an effort to resolve the dispute. If the dispute cannot be resolved at that level, then, upon written request of either side, the matter shall be referred to the President of JL Bry-son, and the Mayor of CITY OF FAYETTEVILLE or his or her designee. These officers shall meet at the Project Site or such other location as is agreed upon within 30 calendar days of the written request to resolve the dispute. 30. Sufficient Funds: The CITY represents to have sufficient funds or the means of obtaining funds to remit payment to JL Bry-son for services rendered by JL Bry-son. All parties agree if funding should become insufficient to complete the project, VENDOR shall be notified in a timely manner. 31. Indemnification: The CITY requires the JL Bry-son to indemnify, defend and hold harmless the CITY OF FAYETTEVILLE for any loss caused by negligence and from and against any and all loss where loss is caused or incurred or alleged to be caused or incurred in whole or in part as a result of the negligence or other actionable fault of the JL Bry-son, or their employees, agents, Subcontractors, sub consultant and Suppliers of the JL Bry-son. 32. Publications: Recognizing the importance of professional services on the part of JL Bry-son's employees and the importance of JL Bry-son's public relations, JL Bry-son may prepare publications, such as technical papers, articles for periodicals, promotional materials, and press releases, in electronic or other format, pertaining to JL Bry-son's services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to JL Bry-son, CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. Approved materials may be used in a variety of situations and do not require additional review or approval for each use. The cost of JL Bry-son's activities pertaining to any such publication shall be for JL Bry-son's account. 33. Ownership of Documents: a. All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD drawings, estimates, field notes, and project data are and remain the property of CITY OF FAYETTEVILLE. JL Bry-son may retain reproduced copies of drawings and copies of other documents. CONTRACT: Bid 25-31, Construction — Transfer Station Improvements Rebid Page 17 of 20 City of Fayetteville, AR b. Engineering and architectural documents, computer models, drawings, specifications and other hard copy or electronic media prepared by JL Bry-son as part of the Services shall become the property of CITY OF FAYETTEVILLE when JL Bry-son has been compensated for all Services rendered, provided, however, that Vendor shall have the unrestricted right to their use. JL Bry-son shall, however, retain its rights in its standard drawings details, specifications, databases, computer software, and other proprietary property. Rights to intellectual property developed, utilized, or modified in the performance of the Services shall remain the property of JL Bry-son. c. Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. JL Bry-son makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation of electronic medium over time, in the event of a conflict between the sealed original drawings/hard copies and the electronic files, the sealed drawings/hard copies will govern. 34. Additional Responsibilities of JL Bry-son: a. Review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder by CITY shall not in any way relieve JL Bry-son of responsibility for the technical adequacy of the work. Review, approval or acceptance of, or payment for any of the services by CITY shall not be construed as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. b. JL Bry-son shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by JL Bry-son's negligent performance, except beyond the JL Bry-son's normal standard of care, of any of the services furnished under this Agreement, and except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE- furnished data. c. JL Bry-son's obligations under this clause are in addition to Vendor's other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have against JL Bry-son for faulty materials, equipment, or work. 35. Audit and Access to Records: a. JL Bry-son shall maintain books, records, documents and other evidence directly pertinent to performance on work under this Agreement in accordance with generally accepted accounting principles and practices consistently applied in effect on the date of execution of this Agreement. b. JL Bry-son shall also maintain the financial information and data used by JL Bry-son in the preparation of support of the cost submission required for any negotiated agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. CITY OF FAYETTEVILLE, the State or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying during normal business hours. JL Bry-son will provide proper facilities for such access and inspection. c. Records shall be maintained and made available during performance on assisted work under this Agreement and until three years from the date of final payment for the project. In addition, those records which relate to any controversy arising out of such performance, or to costs or items to which an audit exception has been taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. d. This right of access clause (with respect to financial records) applies to: i. Negotiated prime agreements CONTRACT: Bid 25-31, Construction —Transfer Station Improvements Rebid Page 18 of 20 City of Fayetteville, AR Negotiated change orders or agreement amendments affecting the price of any formally advertised, competitively awarded, fixed price agreement iii. Agreements or purchase orders under any agreement other than a formally advertised, competitively awarded, fixed price agreement. However, this right of access does not apply to a prime agreement, lower tier sub agreement or purchase order awarded after effective price competition, except: With respect to record pertaining directly to sub agreement performance, excluding any financial records of JL Bry-son; 2. If there is any indication that fraud, collusion, gross abuse or corrupt practices may be involved; 3. If the sub agreement is terminated for default or for convenience. 36. Covenant Against Contingent Fees: JL Bry-son warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement of understanding for a commission, percentage, brokerage or continent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by JL Bry-son for the purpose of securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 37. Gratuities: a. If CITY OF FAYETTEVILLE finds after a notice and hearing that JL Bry-son or any of 1L Bry-son agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF FAYETTEVILLE or related third party contractor associated with this project, in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to JL Bry-son terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. The CITY may pursue the same remedies against JL Bry-son as it could pursue in the event of a breach of the Agreement by JL Bry-son. As a penalty, in addition to any other damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue exemplary damages in an amount, as determined by CITY, which shall be not less than three nor more than ten times the costs JL Bry-son incurs in providing any such gratuities to any such officer or employee. CONTRACT: Bid 25-31, Construction —Transfer Station Improvements Rebid Page 19 of 20 City of Fayetteville, AR IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and JL BRY-SON LLC, by its authorized officer have made and executed this Agreement as of the day and year first above written. CITY OF EAYETTEVII I F. ARKANSAS � OORv: - Molly Rawn, Mayor ATTEST By: Kara Paxton, City Clerk -Treasurer Date Signed: 03/18/2025 CONTRACT: Bid 25-31, Construction —Transfe Page 20 of 20 City of Fayetteville, AR Ii BRY-SON i i r By: Ashton A ams, Division Ma na Date Signed I'af -gS.