Loading...
HomeMy WebLinkAbout019-26 RESOLUTIONPage 1 113 West Mountain Street Fayetteville, AR 72701 479) 575-8323 Resolution: 19-26 File Number: 2025-2735 A RESOLUTION TO AWARD BID #25-53 AND AUTHORIZE A CONTRACT WITH SOUTHERN BROTHERS CONSTRUCTION, LLC IN THE AMOUNT OF $233,068.18 FOR TRANSFER STATION IMPROVEMENTS, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $23,306.00 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 #25-53 and authorizes Mayor Rawn to sign a contract with Southern Brothers Construction, LLC in the amount of $233,068.18 for Transfer Station Improvements, and further authorizes a project contingency in the amount of $23,306.00. PASSED and APPROVED on January 6, 2026 Approved: Molly Rawn, Mayor Attest: Kara Paxton, City Clerk Treasurer Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov CITY COUNCIL MEMO 2025-2735 MEETING OF JANUARY 6, 2026 TO: Mayor Rawn and City Council THROUGH: Steven Dotson, Chief Financial Officer FROM: Waylon Abernathy, Bond Projects & Construction Director SUBJECT: Bid 25-53 Construction Contract with Southern Brothers Construction for Transfer Station Improvements RECOMMENDATION: Approval of Bid 25-53 Construction Contract with Southern Brothers Construction, LLC for Transfer Station Improvements in the amount of $233,068.18 and a 10% contingency in the amount of $23,306.00. BACKGROUND: November 2021: Council passed Resolution 282-21 authorizing professional services with Hawkins Weir for recycling and trash service improvements. October 2022: Council passed Resolution 220-22 authorizing construction administration services for these improvements. August 2024: Council passed Resolution 218-24 authorizing a professional services contract with Olsson Engineering, including the scope for compost pad rehabilitation and driveway design. March 2025: Council passed Resolution 77-25 authorizing a construction contract push wall replacement and associated items. March 2025: Council passed Resolution 78-25 amending the professional services contract with Hawkins Weir to include additional services for baler stem walls, and wall repairs. December 2025: The City’s Procurement Division received three bids for the baler concrete stem walls and compost pad concrete improvements. DISCUSSION: Over the past several years, numerous improvements have been made to the recycling and trash service facilities. Council approval of an amendment to increase the project scope allowed staff to direct Hawkins Weir to prepare bid documents for the removal and replacement of the failing concrete stem wall at the baler. Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov Additionally, Council’s approval of Olsson’s engineering contract authorized staff to proceed with the development of bid documents for the compost pad rehabilitation and driveway improvements. To achieve economies of scale, staff—working in coordination with Procurement—advertised both concrete projects under a single bid package. This approach resulted in more than $40,000 in cost savings for the City. BUDGET/STAFF IMPACT: GL Project PO Contingency 5500.750.5080-5816.00 20006.1 209,664.00 20,966.00 5500.750.5080-5816.00 18016.1 23,404.18 2,340.00 ATTACHMENTS: 3. Staff Review Form, 4. City of Fayetteville, Transfer Station Improvements, 5. Bid 25-53, Bid Tab - Final, 6. Bid 25-53, Submittal - Southern Brothers Construction - E, 7. Bid 25-53, City Issued Bid Page 1 City of Fayetteville, Arkansas Legislation Text 113 West Mountain Street Fayetteville, AR 72701 479) 575-8323 File #: 2025-2735 A RESOLUTION TO AWARD BID #25-53 AND AUTHORIZE A CONTRACT WITH SOUTHERN BROTHERS CONSTRUCTION, LLC IN THE AMOUNT OF $233,068.18 FOR TRANSFER STATION IMPROVEMENTS, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $23,306.00 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 #25-53 and authorizes Mayor Rawn to sign a contract with Southern Brothers Construction, LLC in the amount of 233,068.18 for Transfer Station Improvements, and further authorizes a project contingency in the amount of $23,306.00. City of Fayetteville Staff Review Form 2025-2735 Item ID 1/6/2026 City Council Meeting Date - Agenda Item Only N/A for Non-Agenda Item Wade Abernathy 12/17/2025 CHIEF FINANCIAL OFFICER (110) Submitted By Submitted Date Division / Department Action Recommendation: Approval of Bid 25-23 Construction Contract with Souther Builders, LLC for Transfer Station Improvements in the amount of $233,068.18 and a 10% contingency in the amount of $23,306.00. Budget Impact: 5500.750.5080-5816.00 Recycling & Trash Collection Account Number Fund 20006.1 18016.1 RTC - Compost Site Improvements RTC - Master Plan Expansion Project Number Project Title Budgeted Item?Yes Total Amended Budget $ 1,800,923.00 Expenses (Actual+Encum)$ 1,133,004.80 Available Budget $667,918.20 Does item have a direct cost?Yes Item Cost $256,374.18 Is a Budget Adjustment attached?No Budget Adjustment $- Remaining Budget $411,544.02 V20221130 Purchase Order Number:Previous Ordinance or Resolution # Change Order Number:Approval Date: Original Contract Number: Comments: CITY OF FAYETTEVILLE ARKANSAS Contract for Services Construction -Transfer Station Improvements Contractor: Southern Brothers Construction, LLC Term: Single Project THIS AGREEMENT is made this ____ day of __________ 2026, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE or CITY) and Southern Brothers Construction, LLC (Contractor or Southern Brothers). CITY OF FAYETTEVILLE from time to time requires professional construction services in connection with construction projects. Therefore, CITY OF FAYETTEVILLE and Southern Brothers, in consideration of their mutual covenants, agree as follows: Work performed by Southern Brothers shall be performed under valid, active, current license with the Arkansas Contractor's Licensing Board. Southern Brothers 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.Southern Brothers' Tax identification number {TIN) ending in 9095 ii.Southern Brothers' Arkansas Contractor License No. 0369280326 iii.Southern Brothers' Secretary of State Filing No. 811143594 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 25-53. Construction -Transfer Station Improvements with the specifications and conditions typed thereon inclusive of all bidding documents, plans and drawings, and issued addenda. iii.Appendix C: Southern Brothers' bid submittal iv.Appendix D: Southern Brothers' Certificate of Insurance v.Appendix E: Southern Brothers' 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 Southern Brothers. 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 25-53, Construction -Transfer Station Improvements Page 1 of 20 City of Fayetteville, AR 6th January amendments to this Agreement which are executed by all parties; (b) the Agreement; (c) Southern Brothers' 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. Contractor: Southern Brothers Construction, LLC, 2156 E. Emma Ave., Springdale, AR 72764 4. General Provisions: 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 Contractor 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 Contractor shall be the responsibility of Contractor 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 Contractor of defects, City and Design Professional shall promptly inform the City what action, if any, Contractor shall take with regard to the defects. d. WORKSITE VISIT: Contractor 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. Contractor 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. 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. COMPLIANCE WITH LAWS: Contractor shall comply with all the Law at its own cost. Contractor shall be liable to City for all loss, cost, or expense attributable to any acts or omissions by Contractor 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 Contractor, 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 Contractor incurs costs or is delayed due to such loss or damage, Contractor 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 25-53, Construction —Transfer Station Improvements Page 2 of 20 City of Fayetteville, AR h. Taxes and Permits: Contractor 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. Contractor shall provide to City copies of all notices, permits, licenses, and renewals required under this Agreement. i. Contractor 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. Contractor 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, Contractor shall perform the Work as though fully described on both. Contractor 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, Contractor 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, Contractor certifies that to the best of its knowledge and belief that the Contractor and its principals: i. 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 25-53, Construction —Transfer Station Improvements Page 3 of 20 City of Fayetteville, AR v. Contractor 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. "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 "Contractor" is the person or entity identified in this contract and includes Contractor'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. e licensed architect retained by the City and its subconsultants, to perform L "Design Professional" means th design services for the Project. j. "Final Completion" occurs on the date when Contractor'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 Contractor 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 Contractor's employees in Contractor's principal and branch offices for work associated with this project. p. "Owner" is the City of Fayetteville, Arkansas (City). CONTRACT: Bid 25-53, Construction —Transfer Station Improvements 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 Contractor. s. The "Project," is the building, facility, or other improvements for which Contractor 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 Contractor that specifies the dates on which Contractor 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 Contractor 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 it another sub or subcontractor or Supplier to perform a portion of the Subcontractor's Work or supplymaterial equipment. x. A "Supplier" is a person or entity retained by Contractor 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 Contractor'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 Before commencing the Work, Contractor 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 Contractor, and any visible conditions at the Worksite affecting the Work. Should Contractor discover any errors, omissions, or inconsistencies in the Contract Documents, Contractor shall promptly report them to the City and Design Professional. Following receipt of written notice from Contractor of defects, City shall promptly inform Contractor what action, if any, Contractor shall take with regard to the defect. Nothing in this section shall relieve Contractor of responsibility for its own errors, inconsistencies, or omissions. a. C. d. COST REPORTING: Contractor shall maintain complete, accurate, and current records that comply with generally accepted accounting principles and calculate the proper financial management under this CONTRACT: Bid 25-53, Construction —Transfer Station Improvements Page 5 of 20 City of Fayetteville, AR Agreement. Contractor shall maintain a complete set of all books and records prepared or used by Contractor with respect to the Project. City shall be afforded access to all of Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to this Agreement. Contractor shall preserve all such records for a period of three years after the final payment or longer where required by Law. 7. Warranty a. Contractor 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, Contractor shall furnish satisfactory evidence of the quality and type of materials and equipment furnished. Contractor further warrants all Work shall be free from material defects not intrinsic in the design or materials required in the Contract Documents. Contractor'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. Contractor'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. Contractor shall obtain from its Subcontractors and Suppliers any special or extended warranties required by the Contract Documents. Contractor's liability for such warranties shall be limited to the one-year correction period, as further defined in this Agreement. After that period Contractor 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: i. 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 Contractor in writing. Unless City provides written acceptance of the condition, Contractor 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 Contractor or give Contractor an opportunity to test or correct Defective Work as reasonably requested by Contractor, City waives Contractor'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 Contractor 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 Contractor. If payments then or thereafter due Contractor are not sufficient to cover such amounts, Contractor shall pay the difference to City. iii. Contractor'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 CONTRACT: Bid 25-53, Construction —Transfer Station Improvements Page 6 of 20 City of Fayetteville, AR period but before the applicable limitation period has expired, City discovers any Work which City considers Defective Work, City shall, unless the Defective Work requires emergency correction, promptly notify Contractor and allow Contractor an opportunity to correct the Work if Contractor elects to do so. If Contractor 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 Contractor 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 Contractor, City shall promptly provide Contractor with an accounting of the actual correction costs. iv. If Contractor's correction or removal of Defective Work causes damage to or destroys other completed or partially completed work or existing building, Contractor 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 Contractor's other obligations under the Contract Documents. vi. Before final payment, at City option and with Contractor'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: Contractor holds overall responsibility for safety programs. However, such obligation does not relieve Subcontractors of their safety responsibilities and to comply with the Law. Contractor 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. CONTRACTOR'S SAFETY REPRESENTATIVE: Contractor shall designate an individual at the Worksite in its employ as its safety representative. Unless otherwise identified by Contractor in writing to City, Contractor's project superintendent shall serve as its safety representative. Contractor shall report promptly in writing all recordable accidents and injuries occurring at the Worksite. When Contractor is required to file an accident report with a public authority, Contractor shall furnish a copy of the report to City. c. Contractor shall provide City with copies of all notices required of Contractor by the Law. Contractor'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 Contractor, or anyone for whose acts Contractor may be liable, shall be promptly remedied by Contractor. d. If City deems any part of the Work or Worksite unsafe, City, without assuming responsibility for Contractor's safety program, may require Contractor to stop performance of the Work, take corrective measures satisfactory to City. If Contractor does not adopt corrective measures, City may perform them and deduct their cost from the GMP. Contractor 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 Contractor's compliance with City's reasonable request. CONTRACT: Bid 25-53, Construction —Transfer Station Improvements Page 7 of 20 City of Fayetteville, AR 9. Subcontracts: a. BINDING OF SUBCONTRACTORS AND SUPPLIERS: Contractor agrees to bind every Subcontractor and Supplier and require every Subcontractor to so bind its subcontractors and significant supplier, to the Contract Documents as they apply to the Subcontractor's or Supplier's applicable provisions to that portion of the Work. b. Contractor agrees not to subcontract Contractor at risk related services without prior written consent from the City. 10. Fees, Expenses, and Payments: a. Southern Brothers, 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 25-53 as stated in Southern Brothers' bid response, and in accordance with specifications attached hereto and made a part hereof under Bid 25-53, 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 $233.068.18 US Dollars. c. The City of Fayetteville shall pay Southern Brothers 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 Contractor in performing of the Work. ii. Salaries of Contractor'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 Contractor's standard personnel policy, insofar as such costs are paid to employees of Contractor who are included in the Cost of the Work. iv. Transportation, travel, hotel, and moving expenses of Contractor'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 Contractor to Subcontractors for work performed under this Agreement. vii. Cost, including transportation and maintenance of all materials, supplies, equipment, temporary CONTRACT: Bid 25-53, Construction —Transfer Station Improvements Page a of 20 City of Fayetteville, AR 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 Contractor. viii. Rental charges of all necessary machinery and equipment, exclusive of hand tools owned by workers, used at the Worksite, whether rented from Contractor 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 Contractor 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 Contractor 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 Contractor'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 Contractor 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, Southern Brothers 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 Southern Brothers 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 Southern Brothers or sureties under this Agreement. 11. Project Bonding - Performance and payment bonding: After execution of this contract by all parties, Southern Brothers shall provide 100% separate performance and payment bonds (inclusive of any approved contingency) CONTRACT: Bid 25-53, Construction —Transfer Station Improvements Page 9 of 20 City of Fayetteville, AR 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. 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, Contractor shall not knowingly commence the Work before the effective date of Contractor'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, Contractor shall submit to City and, if directed, Design Professional a Schedule of the Work showing the dates on which Contractor 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, Contractor shall comply with the approved Schedule of the Work or Contractor. i. 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 Contractor 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 Contractor consequently incurs costs or is delayed, the Dates of Substantial or Final Completion, or both, Contractor may seek equitable adjustment. e. NOTICE OF DELAY CLAIMS: If Contractor requests an equitable extension of the Contract Time or an equitable adjustment contract as a result of a delay described, Contractor shall give City written notice of the claim. If Contractor 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. Contractor 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. Contractor shall promptly and accurately complete all items on the list. c. When Substantial Completion of the Work or a designated portion is achieved, Contractor 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 Contractor to City and, if CONTRACT: Bid 25-53, Construction —Transfer Station improvements Page 10 of 20 City of Fayetteville, AR 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. e. Upon City's written acceptance of the Certificate of Substantial Completion, City shall pay to Contractor 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 Contractor 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 Contractor 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, Contractor shall prepare for City's written acceptance a final application for payment stating that to the best of Contractor'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 Contractor within thirty (30) Days after Contractor 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 Contractor'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 Contractor 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 Contractor. 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, Contractor 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 Contractor provides written identification of unsettled claims with an application for final payment, its acceptance of final payment constitutes a waiver of such claims. CONTRACT: Bid 25-53, Construction —Transfer Station Improvements Page 11 of 20 City of Fayetteville, AR h. Southern Brothers 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 law, it is understood that no liens con 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 ).' ii. Southern Brothers 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 $250.00 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 CONTRACTOR 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, Contractor 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. Contractor 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. Contractor 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 Contractor fails to obtain or maintain any insurance coverage required under this Agreement, City may purchase such coverage and charge the expense to Contractor or terminate this Agreement. CONTRACT: Bid 25-53, Construction —Transfer Station Improvements Page 12 of 20 City of Fayetteville, AR d. To the extent commercially available to Contractor 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, Contractor 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 without lapse in coverage when it expires, exhausts its limits, or is to be cancelled, Contractor 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, Southern Brothers 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 Contractor, 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 Contractor) 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 CONTRACT: Bid 25-53, Construction —Transfer Station Improvements Page 13 of 20 City of Fayetteville, AR 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 Contractor 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. 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 Contractor's Commercial General Liability Insurance, Contractor 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 Contractor, 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 Contractor to purchase and maintain additional liability coverage. Contractor shall provide: 1. Additional Insured. City shall be named as an additional insured on Contractor'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 Contractor, or those acting on Contractor's behalf, in the performance of Contractor's work for Owner at the Worksite. The insurance of the Contractor 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. Contractor 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 CONTRACTOR. Before commencing the Work, Contractor 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: Contractor 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 Contractor and incorporated in the Work. Contractor shall defend, indemnify, and CONTRACT: Bid 25-53, Construction —Transfer Station Improvements Page 14 of 20 City of Fayetteville, AR 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 Contractor is required to procure design services, Contractor 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 Contractor's design professional, written for not less than one million US dollars ($1,000,000) per claim and in the aggregate. Contractor's design professional shall pay the deductible. The Professional date providing prior acts coverage sufficient to cover all Liability Insurance shall contain a retroactive 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: Southern Brothers 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 Southern Brothers any defects or suspected defects in services of which CITY OF FAYETTEVILLE becomes aware, so Southern Brothers 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 Southern Brothers. 23. Responsibility of the City of Fayetteville a. CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of Southern Brothers: i. Provide full information as to the requirements for the Project. ii. Assist Southern Brothers by placing at Southern Brothers' disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. iii. Assist Southern Brothers in obtaining access to property reasonably necessary for Southern Brothers to perform its services. iv. Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented by Southern Brothers and render in writing decisions pertaining thereto. v. Review all documents and provide written comments to Southern Brothers 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 Southern Brothers relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, cost estimating, and operating results are based on Southern Brothers experience, qualifications, and judgment as a Southern Brothers 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. Southern Brothers shall proceed CONTRACT: Bid 25-53, Construction —Transfer Station Improvements Page 15 of 20 City of Fayetteville, AR 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: L 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. b. This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that Southern Brothers 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 Southern Brothers at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of Southern Brothers' default. d. If termination for default is affected by Southern Brothers, 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 Southern Brothers for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by Southern Brothers relating to commitments which had become firm prior to the termination. e. Upon receipt of a termination action under Paragraphs above, Southern Brothers 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 Southern Brothers 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 Southern Brothers to fulfill contractual obligations, it is determined that Southern Brothers 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 Southern Brothers are suspended or delayed by CITY OF FAYETTEVILLE, or by other events beyond Southern Brothers' reasonable control, Southern Brothers shall be entitled to CONTRACT: Bid 25-53, Construction —Transfer Station Improvements Page 16 of 20 City of Fayetteville, AR additional compensation and time for reasonable documented costs incurred by Southern Brothers in temporarily closing down or delaying the Project. In the event the services are suspended or delayed by Southern Brothers, CITY shall be entitled to compensation and time for reasonable costs incurred in temporarily closing down or delaying the Project. 28. Rights and Benefits: Southern Brothers' 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 Southern Brothers 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 omissions of CITY OF FAYETTEVILLE or Southern Brothers 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 Southern Brothers 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 Southern Brothers 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 Southern Brothers, 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 Southern Brothers for services rendered by Southern Brothers. All parties agree if funding should become insufficient to complete the project, CONTRACTOR shall be notified in a timely manner. 31. Indemnification: The CITY requires the Southern Brothers 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 Southern Brothers, or their employees, agents, Subcontractors, sub consultant and Suppliers of the Southern Brothers. 32. Publications: Recognizing the importance of professional services on the part of Southern Brothers' employees and the importance of Southern Brothers' public relations, Southern Brothers may prepare publications, such as CONTRACT: Bid 25-53, Construction —Transfer Station Improvements Page 17 of 20 City of Fayetteville, AR technical papers, articles for periodicals, promotional materials, and press releases, in electronic or other format, pertaining to Southern Brothers' 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 Southern Brothers, 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 Southern Brothers' activities pertaining to any such publication shall be for Southern Brothers' 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. Southern Brothers may retain reproduced copies of drawings and copies of other documents. b. Engineering and architectural documents, computer models, drawings, specifications and other hard copy or electronic media prepared by Southern Brothers as part of the Services shall become the property of CITY OF FAYETTEVILLE when Southern Brothers has been compensated for all Services rendered, provided, however, that Contractor shall have the unrestricted right to their use. Southern Brothers 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 Southern Brothers. c. Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. Southern Brothers 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 Southern Brothers: a. Review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder by CITY shall not in any way relieve Southern Brothers 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. Southern Brothers shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by Southern Brothers' negligent performance, except beyond the Southern Brothers' 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. Southern Brothers' obligations under this clause are in addition to Contractor'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 Southern Brothers for faulty materials, equipment, or work. 35. Audit and Access to Records: a. Southern Brothers 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. Southern Brothers shall also maintain the financial information and data used by Southern Brothers in the preparation of support of the cost submission required for any negotiated agreement or change order CONTRACT: Bid 25-53, Construction —Transfer Station improvements Page 18 of 20 City of Fayetteville, AR 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. Southern Brothers 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 ii. Negotiated change orders or agreement amendments affecting the price of any formally advertised, competitively awarded, fixed price agreement Ill. 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: 1. With respect to record pertaining directly to sub agreement performance, excluding any financial records of Southern Brothers; 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: Southern Brothers 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 Southern Brothers 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 Southern Brothers or any of Southern Brothers 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 Southern Brothers 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. b. The CITY may pursue the same remedies against Southern Brothers as it could pursue in the event of a breach of the Agreement by Southern Brothers. 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 Southern Brothers incurs in providing any such gratuities to any such officer or employee. CONTRACT: Bid 25-53, Construction —Transfer Station Improvements Page 19 of 20 City of Fayetteville, AR 01/06/2026 Line #Description QTY UOM Unit Extended Unit Extended Unit Extended 1 General Conditions 1 LS $8,856.10 $8,856.10 $64,678.00 $64,678.00 $30,000.00 $30,000.00 2 Mobilization 1 LS $9,697.43 $9,697.43 $5,000.00 $5,000.00 $14,280.00 $14,280.00 3 Bonds and Insurance 1 LS $9,697.43 $9,697.43 $13,196.43 $13,196.43 $3,875.00 $3,875.00 4 Trench and Excavation Safety 1 LS $2,500.00 $2,500.00 $5,000.00 $5,000.00 $1.00 $1.00 5 Furnish, Install, and Maintain Erosion Control Measures 1 LS $2,500.00 $2,500.00 $2,500.00 $2,500.00 $1,700.00 $1,700.00 6 Construct Baler Sump Modifications 1 LS $17,940.00 $17,940.00 $14,340.00 $14,340.00 $37,492.00 $37,492.00 7 Furnish and Install 6-inch Reinforced Concrete for Compost Pad Entrance Drive 76 SY $93.51 $7,106.76 $67.76 $5,149.76 $221.60 $16,841.60 8 Furnish and Install 4-inch Class 7 Crushed Stone Base 76 SY $14.53 $1,104.28 $10.52 $799.52 $15.10 $1,147.60 9 Remove 24-inch Undercut and Prepare Subgrade 76 SY $30.87 $2,346.12 $22.37 $1,700.12 $38.50 $2,926.00 10 Furnish and Install Select Fill 30 CY $32.20 $966.00 $23.33 $699.90 $80.00 $2,400.00 11 Saw Cut and Remove Existing Concrete Compost Pad 1 LS $27,600.00 $27,600.00 $20,000.00 $20,000.00 $29,000.00 $29,000.00 12 Furnish and Install 6-inch Reinforced Concrete for Compost Pad 709 SY $82.33 $58,371.97 $59.66 $42,298.94 $221.60 $157,114.40 13 Furnish and Install 12-inch Class 7 Crushed Stone Base 709 SY $32.89 $23,319.01 $23.84 $16,902.56 $45.25 $32,082.25 14 Furnish and Install Geogrid Layer 709 SY $11.10 $7,869.90 $8.04 $5,700.36 $17.50 $12,407.50 15 Remove 12-inch Undercut and Prepare Subgrade 709 SY $19.85 $14,073.65 $14.39 $10,202.51 $22.00 $15,598.00 16 Additional 12-inch Undercut and Subgrade Preparation 709 SY $15.57 $11,039.13 $35.12 $24,900.08 $60.00 $42,540.00 BID TABULATION Incomplete Kenny Fitch, Sr Procurement Agent Trevel Young, Procurement Agent Total DC Sparks Construction Southern Brothers Construction 204,987.78 $233,068.18 $399,405.35 NOTICE: Bid award is contingent upon supplier meeting minimum specifications and formal authorization by City Officials. Certification of Funds: $200,000.00 ($250,000 maximum allowed) DEADLINE: Thursday, December 11, 2025 at 2:00 PM Bid 25-53, Construction - Transfer Station Improvements Steve Beam Construction Bid 25-53 Addendum 1 Southern Brothers Construction Supplier Response Event Information Number:Bid 25-53 Addendum 1 Title:Construction - Transfer Station Improvements Type:Invitation to Bid Issue Date:11/16/2025 Deadline:12/11/2025 02:00 PM (CT) Notes: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. Questions regarding this bid should be addressed to Kenny Fitch, Sr. Procurement Agent at kfitch@fayetteville-ar.gov. Contact Information Contact:Kenny Fitch - Sr Procurement Agent Address:Purchasing City Hall Room 306 113 W. Mountain St. Fayetteville, AR 72701 Phone:(479) 575-8258 Email:kfitch@fayetteville-ar.gov Vendor: Southern Brothers Construction Bid 25-53 Addendum1Page1of4pages Southern Brothers Construction Information Contact:Crystal Eubanks Address:2156 E Emma Springdale, AR 72764 Phone:(479) 313-7120 x1 Email:crystal.eubanks@sobroco.com Web Address:southernbrothersconstruction.com By submitting your response, you certify that you are authorized to represent and bind your company. Benton Henry Warren ben.warren@sobroco.com Signature Email Submitted at 12/11/2025 01:47:11 PM (CT) Supplier Note Contractor fee included in general conditions line item Requested Attachments Signature Forms for Bid 25-53 Fayetteville Transfer Station - Southern Brothers Construction Bid.pdf Please attach your completed forms. These documents can be found in FILE #01 - PROJECT MANUAL in the Attachments tab. Please be sure to include ALL required information stated in the Project Manual. Bid Bond for Bid 25-53 Fayetteville Transfer Station Bid Bond.pdf Please attach a signed and completed copy of your bid bond. Bid bonds in the form of a cashier's check shall be delivered to City Hall, Procurement Division before bid deadline and have a copy of the cashier's check uploaded with submittal. Bid Attributes 1 Arkansas Secretary of State Filing Number: 811143594 2 Arkansas Contractor License Number: Contractor's License must have a classification relating to the scope prior to the award of this project. 0369280326 3 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. Yes, I agree No, I don't agree Vendor: Southern Brothers Construction Bid 25-53 Addendum1Page2of4pages 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 that have been issued for this bid. I agree Bid Lines 1 General Conditions Quantity:1 UOM:LS Price:$64,678.00 Total:$64,678.00 2 Mobilization (Shall not exceed 5% of the base bid price, excluding Bonds and Insurance and Trench and Excavation Safety) Quantity:1 UOM:LS Price:$5,000.00 Total:$5,000.00 3 Bonds and Insurance Quantity:1 UOM:LS Price:$13,196.43 Total:$13,196.43 4 Trench and Excavation Safety Quantity:1 UOM:LS Price:$5,000.00 Total:$5,000.00 5 Furnish, Install, and Maintain Erosion Control Measures Quantity:1 UOM:LS Price:$2,500.00 Total:$2,500.00 6 Construct Baler Sump Modifications Quantity:1 UOM:LS Price:$14,340.00 Total:$14,340.00 7 Furnish and Install 6-inch Reinforced Concrete for Compost Pad Entrance Drive Quantity:76 UOM:SY Price:$67.76 Total:$5,149.76 8 Furnish and Install 4-inch Class 7 Crushed Stone Base Quantity:76 UOM:SY Price:$10.52 Total:$799.52 9 Remove 24-inch Undercut and Prepare Subgrade Quantity:76 UOM:SY Price:$22.37 Total:$1,700.12 1 0 Furnish and Install Select Fill Quantity:30 UOM:CY Price:$23.33 Total:$699.90 Vendor: Southern Brothers Construction Bid 25-53 Addendum1Page3of4pages 1 1 Saw Cut and Remove Existing Concrete Compost Pad Quantity:1 UOM:LS Price:$20,000.00 Total:$20,000.00 1 2 Furnish and Install 6-inch Reinforced Concrete for Compost Pad Quantity:709 UOM:SY Price:$59.66 Total:$42,298.94 1 3 Furnish and Install 12-inch Class 7 Crushed Stone Base Quantity:709 UOM:SY Price:$23.84 Total:$16,902.56 1 4 Furnish and Install Geogrid Layer Quantity:709 UOM:SY Price:$8.04 Total:$5,700.36 1 5 Remove 12-inch Undercut and Prepare Subgrade Quantity:709 UOM:SY Price:$14.39 Total:$10,202.51 1 6 Additional 12-inch Undercut and Subgrade Preparation Quantity:709 UOM:SY Price:$35.12 Total:$24,900.08 Response Total: $233,068.18 Vendor: Southern Brothers Construction Bid 25-53 Addendum1Page4of4pages 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 necessary to 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 welcom to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement. 5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) o In lieu of a bid bond, the bidder may submit a cashier's check from a bank located in the State of Arkansas for at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashier's checks shall be made payable to the City of Fayetteville, AR and received prior to the bid deadline by making an in -person delivery appointment with the City Purchasing Division. goAr ll addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums marking acknowledgement on other bid pages). [? All pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid documents All bids shall be received before the stated deadline utilizing the City's electronic bidding platform or submitting a physical sealed bid to the City Purchasing Division. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed on Zoom. Late or misdirected bids shall not be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or failure of bidder's technical equipment. If submitting a physical bid, all bid documents shall be delivered in a sealed envelope to the address stated in the advertisement or updated deadline issued via Addenda. All bids should be delivered with the name of the bidder (contractor) on the sealed envelope as well as the bidders Arkansas Contractor's License Number. F-1 Additional Information: • `fAR Secretary of State Filing #: OR submit electronically. • Arkansas Contractor License #: OR submit electronically. • SAM Unique Entity Identifier #: OR submit electronically, • Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. o 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. 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. o Submit electronically or circle applicable answer: YES or NO City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00140 — BIDDER'S QUALIFICATION STATEMENT Contract Name: Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs Bid 25-53, Construction — Transfer Station Improvements Date: 1 20�� SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company SO in.',t_wf�rh �YD�V� l�Ms �1 Name//��� Address ��S 6 C &AV1/0' /�1/-C- �71�h1i910�(��, I /°'1t lzl& l Principal Office a,6b e CyYLVV,.& ALl SST 4e-/ A-V y Corporation, LLC, partnership, individual, joint venture, other Arkansas � �Zne�raContractor's License Number (Type or legibly print) For a Bidder (Contractor) to be considered as Qualified, the Contractor must satisfy all insurance, financial, and bonding requirements of the City of Fayetteville. The Contactor must also provide documentation with the bid to document: The Contractor shall have executed work for municipalities with a minimum of three (3) projects equaling or exceeding two hundred thousand dollars ($200,000) for installation of the 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 perfonned work of the nature and magnitude of this Contract for years. Bidder has been in business under its present name for __b__ years. 00140 Bidder Qualifications 00140-1 November 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs 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 work similar to that proposed by this 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 date of completion and percentage of the cost of the Work perfonned with Bidder's own forces.) 4. Has Bidder ever failed to complete any project? If so, state when, where, and why. 5. Bidder nonnally performs the following work with his own forces: NIA 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): &Skw, QQms . C .00. Nye , , Spr IAvr*A,v,1te ,6JP.rVd-' y►wAV 101�010>n MtWb,r\ 1,17kn COTIM,tN1011161tA , 1yn„ W a fAA1 o*, 1JI,yn NIMkw,% • Septar AcGdkMYSpwitS , SPC1**� e SL 1� �� tAmk 1L1y. tv"J,on C�yr� 2, 7. In the event the Contract is. awarded to Bidder, the required surety Bonds will be furnished by the following surety company and name and address of agent: �C rtnsucc CW.1)CMlrt Gctsh ii,ict . q S a - ty)� 8. Bidder's Workmen's Compensation Experience Modifier Factor is: I.©ID 001 40 Bidder Qualifications 00140-2 November 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00140 — BIDDER'S QUALIFICATION STATEMENT (continued) _FINANCIAL STATEMENT (1F 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, including Bidder's latest balance sheet and income statements showing the following items: a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Net fixed assets. c. Other assets. d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). f. Name of firm preparing financial statement and date thereof - If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder: Judgment Creditors Where Docketed and Date Amount a. NIA $ C) b. -NI N NCR $ 0 00140 Bidder Qualifications 00140-3 November 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00140 — BIDDER'S QUALIFICATION STATEMENT (continued) Bidder hereby represents and tiyarrants that all statements set forth herein are true and correct. Date: eGGinO" � � , 20 2S (OFFICIAL SEAL) Naive of Organization: By bey\ W (Type or ASM By (Signature)�J SEAL Title -s ►vvg kw (Type or legibly print) If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation or LLC, the corporate name shall be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed. Contractor shall attach evidence of authority of signature. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and authority to sign. END OF SECTION 00140 00140 Bidder Qualifications 00140-4 November 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs DOCUMENT 00400-BID FORM Contract Name: Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs Bid Number: 25 -53, Construction - Transfer Station hnprovetnents BID TO: Owner: The City of Fayetteville, Arkansas 1 l 3 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: ARTICLE 1 - INTENT L;tcmn 1,01 The undersigned Bidder proposes an agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terns and conditions of the Contract Documents. ARTICLE 2 - TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. ARTICLE 3 - BIDDER'S REPRESENTATIONS 3,01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number Date �_ ttp b - e juVtVX--1 21lI126 -Z 1A k+oz - .tVt (AkW 1 �1► Cal s 00400-Bid Form 00400-1 November 2025 City of Fayette,.i lie, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs 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, firm, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. L. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. ARTICLE 4 - BID PRICE 4.01 Bidders are required to provide pricing for all line items. 4.02 The City intends to award this contract to the lowest qualified responsive responsible bidder based on the total base bid as long as the base bid amount falls within the amount of funds certified for the project plus 25%. 4.03 In the event no bid falls within the amount of funds certified for the project plus 25%, all bids shall be rejected and become confidential. 4.04 Bidder shall complete the Work in accordance with the Contract Documents for the price(s) indicated in the Bidder's electronic bid submittal. Bidders shall refer to the City's online bidding portal for unit price bid input. ARTICLE 5 - CONTRACT TIMES 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated darnages in the event of failure to complete the Work within the times specified in the Agreement. ARTICLE 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 institu`tipn located in the State of Arkansas or a Bid Bond and in the amount of ��,�2 V O.We, Dollars ($ 50(o ) 00400-Bid Forin 00400-3 November 2025 City of Fayette,.ille, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs 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: Email %Pivl . \ej cn�/Y.y� S 0 �0 ►'t� (�O - C.0►M Phone No. 33 - 141Z0 Fax No. ARTICLE S - TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. ARTICLE 9 - CONTRACTOR'S ASSURANCES AND EXECUTION/SIGNATURE 9,01 Contractor's Assurances. As the authorized representative of the individual, incorporation, or corporation (hereinafter referred to as the company) bidding on or participating in the project, I certify that I have read and understand the requirements of the General and/or Supplemental Conditions and that the principles, agents and employees of the company will comply with these requirements including all relevant statutes and regulations issued pursuant thereto. I further certify as the authorized agent of the company that: EQUAL OPPORTUNITY I will comply with all requirements of 41 CFR Chapter 60 and Executive Orders 11246 and 11375, including inclusion of all required equal opportunity clauses in each sub -contract awarded in excess of $10,000 and I will furnish a similar statement from each proposed subcontractor, when appropriate. I will also comply with all Equal Employment Opportunity requirements as defined by Section 504 of the Rehabilitation Act of 1973; the Age Discrimination Act of 1975; and Section 13 of the Federal Water Pollution Control Act Amendments of 1972 regarding sex discrimination. LABOR STANDARDS I will comply with the Labor Standards Provisions contained in the Contract Documents and furnish weekly payrolls and certifications as may be required by the City of Fayetteville to affinn compliance. I will also require that weekly payrolls be submitted to the City of Fayetteville for all subcontracts in excess of $21,000. 00400-Bid Form 00400-4 November 2025 City of Fayetteville. Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs DOCUMENT 00400-BID FORM (continued) 9.02 Execution/Signatures for Contractor Assurances above, Bid and Bid Form: SUBMITTED on Dtw-6, t (* , 20 25� Arkansas State Contractor License No. b3 (oCALaO 3 V6 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: A Partnership Partnership Name: By: Fax No. EAL) (SEAL) (Signature of general partner -attach evidence of authority to sign) Name (type or printed): Business address: City, State, Zip Phone No: Email Address: Fax No. 00400-Bid Form 00400-6 November 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs DOCUMENT 00400-BID FORM (continued) A Corporation or Corporate entity including Limited Liability Company (LLC) Corporation Name: State of Incorporation: Ar U-Vist-S Type (General `Business, Professional, Service, Limited Liability): By: (Si ture-attach evidence of authority to sign) Name (type or printed): t. \ �'tia �e� C Title: C. 0• C) Attest:-� (Signature orate Secretary) Business address: gj4✓6 15— G I^^VV4_C% / Vt S ,;d C. je, I &A, '4z-?-+? Ll Phone No.: 31-1-1,20Fax No.: Email ` Address: " tVN • VJG WLVX@ 5DV)rt)C0 • W1^n Tax ID No.: END OF DOCUMENT 00400 Tustin Reeves,Chief Operating Officer P.O. Box 1647 Fayetteville, AR 72702 479 408 7820 479 313 7120 0 Justin.reeves@sobroco.com to Office@sobroco.com Southern Bros.Construction // #sobroco 00400-Bid Form 00400-7 November 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs 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 laws of the State of called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, in the sum of Dollars ($ as Surety, hereinafter for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted a Bid for: FAYETTEVILLE TRANSFER STATION IMPROVEMENTS BALER SUMP AND COMPOST PAD REPAIRS, BID 25-53, CONSTRUCTION — TRANSFER STATION IMPROVEMENTS. NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material 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 November 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs DOCUMENT 00410 — BID BOND (continued) Signed and sealed this :S PRINCIPAL SURETY day of 20_ ATTORNEY -IN -FACT (CORPORATE SEAL) (CORPORATE SEAL) (This Bond shall be accompanied with Attorney-in-Fact's authority from Surety) END OF DOCUMENT 00410-Bid Bond 00410 - 2 November 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station improvements Baler Sump and Compost Pad Repairs 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 BALER SUMP AND COMPOST PAD REPAIRS, Bid 25-53, Construction — Transfer Station Improvements. Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Subcontractor's Name Expected Percentage and Address or Value Clearing/Demolition Aylk e%iS J CrCoyy r I.(� LP rv�� )5 q `1 l y-Ta UnCk Carl CeAAM #L SWPPP/Erosion Control / 1\^`us Nf` wmvete(aV6trCkVk 5 7. 4- cn ' tic, ,nke>'1 T) A-RL 11"M� Asphalt Concrete M(6 !V F C,IMCre tC CDAiIM(, � Lgo 16 l Lu Landscaping Material Testing Other (designate) n1 Vy A Sttz l Co ' 10 `a M'g • S*Lp 5o I E Co!n� One ILA . L 55e 1' otc� , tbL qz% y NOTE: This form must be submitted in accordance with the Instructions to Bidders. Bidder's Signature END OF DOCUMENT 00430 List of Subcontractors 00430- 1 November 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station hnprovements Baler Sump and Compost Pad Repairs SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR ontract Name/Title: Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs Contract No.: 25-53, Construction — Transfer Station Improvements THIS AGREEMENT is dated as of the day of �Gr in the year 2Qrby and between The City of Fayetteville, Arkansas and <_j)uW n &V�64 Co6imdiDA (hereinafter called Contractor). ARTICLE I - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Agreement includes, but is not limited to: A. Repair of the Baler Sump Pit B. Removal and Replacement of a portion of the existing Compost Pad C. Construction of an entrance drive to the existing Compost Pad 1.02 The Contractor agrees to perform the work described in the Contract Documents and comply with the terms therein for the amounts shown in the Bid Proposal. 1.03 Any use of a third party dumpster or roll off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed. 1.04 Contractor is responsible for obtaining all applicable permits. The fees for City of Fayetteville (only) issued permits shall be waived. 1.05 The Contract may include work in City of Fayetteville right-of-way, ARDOT (State) right-of- way, railroad right-of-way and in General or Utility Easements. ARTICLE 2 - ENGINEER 2.01 The Contract Documents have been prepared by Hawkins -Weir Engineers, Inc. and Olsson. Hawkins -Weir Engineers, Inc. and Olsson assume all duties and responsibilities, and has the rights and authority assigned to Engineer in connection with completion of their respective portions of the Work in accordance with the Contract Documents. 2.02 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 November 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Hnprovements Baler Sump and Compost Pad Repairs SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) A. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in Table of Contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the Table of Contents thereof (Drawings), with each sheet bearing the following general title: Fayetteville Transfer Station Irn—Baler Sump and Compost Pad nrovements Repairs 8. Addenda numbers inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 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 become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor frorn any duty or responsibility under the Contract Documents. 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 00500-Agreement 00500-7 November 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) This Agreement will be effective on Date of the Agreement. CONTRACTOR: W. (Type or legibly print) (Signature) Title: 20 , which is the Effective CITY OF FAYETTEVILLE LM (Type or legibly print) (Signature) Title: Mayor Contractor shall attach evidence of authority to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and execution of Agreement. Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy of the Contractor's Articles of Incorporation and a copy form the Arkansas State Secretary of State to document that the corporation, corporate entity or LLC is in current "Good Standing" with the State of Arkansas and such entity is permitted to perfonn work in the State of Arkansas. (SEAL) Attest Attest (SEAL) 00500-Agreement 00500-10 November 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) Address for giving notices License No. Agent for Service of process (Type or legibly print) (Signature) Address for giving notices 113 W. Mountain St. Fayetteville AR 72701 Contractor shall attach evidence of authority of Agent for Service process to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Agent for Service process authority to sign. (If Contractor is a corporation, corporate entity or LLC, attach evidence of authority to sign.) Approved as to Fortn: By: Attorney For: END OF SECTION 00500 00500-Agreement 00500-11 November 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00550 - NOTICE TO PROCEED Note: The following Notice To Proceed Document will be completed after Contract Award. TO: Contract Name/Title: Fayetteville Transfer Station Improvements Baler Su>np and Compost Pad Repairs Contract No: 25-53, Construction — Transfer Station Improvements Owner: City of Fayetteville, Arkansas You are notified that the Contract Time(s) under the above Contract will commence to run on . By that date, you are to start performing your obligations under the Contract Documents. In accordance with the Agreement between Owner and Contractor, the date(s) of Substantial Completion and final completion ready for final payment are and respectively. Before you may start any work at the Site, the General Conditions provide that you and Owner must each deliver to the other, (with copies to Engineer and other identified additional insureds) certificates of insurance, which each is required to purchase and maintain in accordance with the Contract Documents. Also before you may start any work at the Site, you must submit the following: l . Preliminary construction progress schedule. 2. Preliminary schedule of Submittals. 3. Satisfactory evidence of insurance in accordance with the requirements of the General Conditions. 4. Temporary erosion control requireiments as specified. 5. Maintenance of Traffic as specified. 00550-Notice to Proceed 00550 - 1 November 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00550 - NOTICE TO PROCEED (continued) You are required to return an acknowledgement copy of this Notice to Proceed to the Owner. Dated ACCEPTANCE OF NOTICE TO PROCEED Copy to Engineer (Use Certified Mail, Return Receipt Requested) OWNER City of Fayetteville By: Signature: Title: Date: CONTRACTOR Signature: Title Date , 20 END OF DOCUMENT 00550-Notice to Proceed 00550 - 2 November 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Snrnp and Compost Pad Repairs SECTION 00610 — PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT as Principal, hereinafter called Contractor, and as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, in the amount of $ , for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, finely by these presents. WHEREAS, Contractor has by written Agreement dated , 20_, entered into a contract with Owner for Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs Bid 25-53, Construction - Transfer Station Improvements which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever 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 rernedy the default, or shall promptly: A. Complete the Contract in accordance with its terms and conditions, or 00610-Perfonnance Bond 00610-1 November 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs 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 the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this Bond must be instituted before the expiration of two years from the date on which final payment under the Contract falls due. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators, or successors of the Owner. Signed and sealed this day of 20_ CONTRACTOR (Type or legibly print) By: (Type or legibly print) (Signature) (CORPORATE SEAL) 00610-Perfonnance Bond 00610-2 November 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00610 — PERFORMANCE BOND (continued) SURETY (Type or legibly print) By (Type or legibly print) (Signature) ATTORNEY -IN -FACT (Type or legibly print) (Signature) (This Bond shall be accompanied with Attorney-in-FacVs authority from Surety) COUNTERSIGNED: Resident Agent State of Arkansas (Type or legibly print) By (Type or legibly print) (Signature) (CORPORATE SEAL) Approved as to Form: (Type or legibly print) (Signature) Attorney for (Type or legibly print) END OF SECTION 00610 00610-Perfonnance Bond 00610-3 November 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00611 — LABOR AND MATERIAL PAYMENT BOND This Bond is issued simultaneously with Perfonnance 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 held and firmly bound unto City of Fayetteville, Arkansas H 3 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of $ , for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written Agreement dated , 20_, entered into a contract with Owner for: Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs Bid 25-53, Construction — Transfer Station Improvements which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: A. A 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 0061 ]-Labor and Material Payment Bond 00611-1 November 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs 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: Unless claimant other than one having a direct contract with Principal, shall have given written notice to any two of the following: the Contractor, the Owner, or the Surety within 90 days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to Contractor, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid Project is located, save that such service need not be made by a public officer. 2. After the expiration of one year following the date on which Contractor ceased Work on the Contract, it being understood, however, that if any limitation embodied in this Bond is prohibited by any Law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such Law. 3. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere. D. The amount of this Bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this Bond. Signed and sealed this day of 20— CONTRACTOR (CORPORATE SEAL) (Type or legibly print) By: (Type or legibly print) (Signature) 0061 1-Labor and Material Payment Bond 00611-2 November 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00611 — LABOR AND MATERIAL PAYMENT BOND (continued) SURETY (Type or legibly print) By (Type or legibly print) (Signature) ATTORNEY -IN -FACT (Type or legibly print) (Signature) COUNTERSIGNED: Resident Agent State of Arkansas (Type or legibly print) By (Type or legibly print) (Signature) (CORPORATE SEAL) (This Bond shall be accompanied with Attorney-in-Fact's authority from Surety) Approved as to Form: (Type or legibly print) (Signature) Attorney for (Type or legibly print) END OF SECTION 00611 00611-Labor and Material Payment Bond 00611-3 November 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00640 — WARRANTY BOND W 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 teens and conditions provided herein. subject to the WHEREAS, Principal executed and entered into that certain Agreement with City of Fayetteville for Fayetteville Transfer Station Improvements — Baler Sump and Compost Pad Repairs Bid 25-53, Construction — Transfer Station Improvements dated , 20_ (the "Contract"), the provisions of which are incorporated herein by reference, and unless otherwise defined herein all defined terms used or referred to herein shall have the meaning ascribed thereto in the Contract. In addition to other obligations and liabilities, the Contract required Principal to perform the Work for the Project and to furnish this Bond to City of Fayetteville in compliance with the General Conditions. NOW THEREFORE, the obligations of Principal and Surety herein shall remain in fiill force and effect as provided herein, subject to becoming null and void upon the occurrence of either or both of the conditions that (a) Principal shall fully perform and satisfy all obligations and liabilities of Principal under the warranty and guarantee provisions of Article 29 of the General Conditions, as modified or supplemented by the Supplementary Conditions or any other applicable Contract Documents, at any time within two years after the date of Final Acceptance or such longer period of tune as may be prescribed therein (the "Warranty Period"), all of which includes without limitation either correcting the defective Work, or removing and replacing it with nondefective Work, or paying all direct, indirect or consequential costs of such correction or removal and replacement, all as provided therein, or (b) City of Fayetteville shall fail to institute a lawsuit, action or other proceeding under this Bond before the expiration of three (3) months following the end of the Warranty Period. FURTHER PROVIDED, that (a) any changes, modifications, amendments, alterations or supplementations in or to the Contract, and Contract Documents or the Work, or the giving by City of Fayetteville of any extension of time for the performance of the Contract, or any other forbearance on the part of either City of Fayetteville or Principal to the other, shall not in any way release the Principal or Surety, or either of them, from their liability hereunder, notice to the Surety of any of the foregoing being hereby waived, (b) in no event shall the aggregate liability of Surety exceed the amount set out herein, and (c) the rights and obligations hereof shall be binding upon and shall inure to the benefit of Principal, Surety, City of Fayetteville and their respective heirs, legal representatives, partners, privies, successors and assigns, provided that nothing herein shall authorize the assignment of any such rights and obligations. 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 November 2025 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00640 — WARRANTY BOND (continued) Executed on the day of 20 10 (Type or legibly print) (Signature) Witness: (Type or legibly print) (Signature) Attest: (Type or legibly print) (Signature) Surety END OF SECTION 00640 SEAL SEAL 00640-Warranty Bond 00640-2 November 2025 qw - 1 N S U R A N C f 5500 Euper Lane PO Box 3529 Ft. Smith, AR 72913 (479) 452-4000 www.bhca.com Bid Bond KNOW All. MF-N BY THFSF. PRI,SFNTS, that we (Here insert full name and address or legal title of Contractor) Southern Brothers Construction, LLC 2156 E Emma Avenue Springdale, AR 72764 as Principal, hereinafter called the Principal, and tHere insari frj.11 nnnre and adedre.ss nr legal title of.Surety) Swiss Re Corporate Solutions America Insurance Corporation 1200 Main St. Suite 800 Kansas City, MO 64105-2478 a corporation duly organized under the laws of the State of Missouri as Surety, hereinafter called the Surety, are hold and firmly bound unto /Here insert full name and address or legal title of Owner) City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE TOTAL AMOUNT BID Dullars ($ 5% ), for the payment of which sum welt and truly to be male, the slid Principal and the said Surety, bind oucselver:, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Fayetteville Transfer Station Improvements (Here insert full nntne, address and description of project) NOW, THEREFORE. if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Ohligee in accnrdnnrr with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amouat specified in said bid and such larger amount for which the Obligee may in good faith contract with mother party to perform the. Work covered by said bid, then this obli?ation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 11th (Witness day of December 2025 Southern Brothers Construction, LLC (Principal) (Seal) _ G FO (Title) Swiss Re Corporate Solution. America Insurance Corporation urea-) Suzanne Elizabeth Nied vviae z -, Attorney-In-Faci• AIA Document A31 Om —1970. Copyright 0 1983 and 1970 by Tne American Institute of An:hitects. r SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC-) WESTPORT INSURANCE CORPORATION ("WIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute and appoint: LISA A. MCCLURE, MARTY C. CLARK. MARY ANN JUSTICE, SCOTT R. CLARK, SUZANNE ELIZABETH NiEDZWIEDZ, SHANNON G. SCHMIDLY, ELIZABETH A. SOLOMAN, PAXTON C. CLARK, JOSHUA D. TR1TT, AND SHANNON C. SCHMIDLY JOINTLY OR SEVERALLY its true and lawful Anomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TWO HUNDRED MILLION ($200,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of thetas hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seat of the Corporation; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to anv bond, undertaking or contract of surety to which it is attached." ,-� •'�= - I'ri6 Jnnssens, senior Vice President of SRCSAIC & Senior Vice President SEAL _ SEAL of5ftCSPIC & Seniorvice President orwic . t 1,� ..* .:; a tg•.. ',\ti' ,,,,. ',,�'''.,,,,• A �,,,.•" ,` I',�'•.�„� * Gerald JaRrowskG Vice President otSR(5.►IC &\'ice Presldenl orSRCSPIC IN WITNESS WHEREOF, SRCSAIC, SRCSPIC, and WIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 10 day of NOVEMBER 20 22 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook ss Westport Insurance Corporation On this 10 day of _ NOVEMBER . 20 22 , before me, a Notary Public personally appeared Erik Janssens , Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WiC and Gerald Jagnt\csl:i , Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of WIC, personally known to me, who being by me dilly swom, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFF)CLu-sea� CNAIS'nNA IMNISCO WOURr IsUBM auk OF tlitGti ratnrrtlislst Eso�es Meat 20. a� i,�''1 n7rtr'�w�lQlrtaotd I, Jeffrey Goldberg, the duly elected 5entor Vice President mid Assi:iattt Secretan of SRCSAIC and SRCSPIC and WIC, do h:Mby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which i; +lily s�!II force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 11th day of December _tr Jeffrey Goldberg, Senior Vie a)�sidertt & Assistant Secretary of SRCSAIC and SRCSPIC and WIC City of Fayetteville, Arkansas Purchasing Division – Room 306 113 W. Mountain Fayetteville, AR 72701 Phone: 479.575.8256 TDD (Telecommunication Device for the Deaf): 479.521.1316 INVITATION TO BID Bid 25-53, Construction – Transfer Station Improvements DEADLINE: Thursday, December 11, 2025 before 2:00 PM, Local Time PRE-BID MEETING: Tuesday, December 02, 2025 at 11:00am, Local Time CONTACT: Sr. Procurement Agent Kenny Fitch, kfitch@fayetteville-ar.gov DATE OF ISSUE & ADVERTISEMENT: 11/16/2025 & 11/23/2025 No late bids shall be accepted. Bids shall be submitted in one of the following methods: (1) through the City’s third-party electronic bidding platform or (2) delivering in person via sealed envelope to the City of Fayetteville Purchasing Division. Submitting through the City’s electronic bidding platform is strongly encouraged. All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. NOTICE TO ALL BIDDERS: All interested parties can obtain files for this project by going to http://fayetteville-ar.gov/bids. Bid documents shall be distributed electronically from the City of Fayetteville Purchasing Division only. BID PACKAGE INCLUDES THE FOLLOWING FILES WHICH SHALL BE LISTED UNDER “ATTACHMENTS”: FILE #01: PROJECT MANUAL – 265 Total Pages Additional files added as addendums are issued. Addendums will be uploaded and posted to the City’s electronic bidding platform. PLAN HOLDER 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid THIS PAGE INTENTIONALLY LEFT BLANK Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid Project Check List This checklist is for the Bidder’s use in preparing & submitting a bid. It is not intended to include all details necessary to 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 requirement. 5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) o In lieu of a bid bond, the bidder may submit a cashier’s check from a bank located in the State of Arkansas for at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashier’s checks shall be made payable to the City of Fayetteville, AR and received prior to the bid deadline by making an in-person delivery appointment with the City Purchasing Division. All addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums or marking acknowledgement on other bid pages). All pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid documents All bids shall be received before the stated deadline utilizing the City’s electronic bidding platform or submitting a physical sealed bid to the City Purchasing Division. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed on Zoom. Late or misdirected bids shall not be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or failure of bidder’s technical equipment. If submitting a physical bid, all bid documents shall be delivered in a sealed envelope to the address stated in the advertisement or updated deadline issued via Addenda. All bids should be delivered with the name of the bidder contractor) on the sealed envelope as well as the bidders Arkansas Contractor’s License Number. Additional Information: AR Secretary of State Filing #: _______________________ OR submit electronically. Arkansas Contractor License #: _______________________ OR submit electronically. SAM Unique Entity Identifier #: ________________________ OR submit electronically. Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. o 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. 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. o Submit electronically or circle applicable answer: YES or NO Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid THIS PAGE INTENTIONALLY LEFT BLANK Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid Advertisement City of Fayetteville, Arkansas INVITATION TO BID Bid 25-53, Construction – Transfer Station Improvements 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. Questions regarding this bid should be addressed to Kenny Fitch, Sr. Procurement Agent at kfitch@fayetteville-ar.gov. A non-mandatory Pre-Bid meeting will be held Tuesday, December 02, 2025, at 11:00 AM. Details regarding the pre-bid meeting are available on the project page on the City’s electronic bidding platform. All interested parties are encouraged to attend. Bidding documents, plans, plan holders, and addenda shall be obtained at the City of Fayetteville Procurement Division’s electronic bidding platform at www.fayetteville-ar.gov/bids. All bids shall be received by Thursday, December 11, 2025, before 2:00 PM local time, utilizing the electronic bidding software or by submitting a sealed bid to the City of Fayetteville Procurement Division. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline and livestreamed on Zoom. Each bid exceeding $50,000 shall be accompanied by a cashier’s check from a bank doing business in the State of Arkansas or a corporate bid bond for five (5) percent of the amount bid. In the event a bidder opts to submit a cashier’s check for a bid bond, the actual physical cashier’s check shall be delivered to the City prior to the deadline. One hundred percent (100%) performance and payment bonds are required after the contract award. This amount includes any approved contingency. Bidders shall have a valid State of Arkansas Contractor’s License prior to the bid deadline and a valid registration in good standing with the Arkansas Secretary of State prior to the contract award. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. The City of Fayetteville reserves the right to waive irregularities, reject bids, and postpone the award of any Contract for a period which shall not exceed beyond ninety (90) days from the bid opening date. City of Fayetteville By: Kenny Fitch Sr. Procurement Agent 479.578.8258 kfitch@fayetteville-ar.gov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 11.16.25 & 11.23.25 This publication was paid for by the Procurement Division of the City of Fayetteville, Arkansas. Amount paid: $401.92. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid Project Manual Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs BID # 25-53, Construction Date: November 2025 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00007 - SEALS 00007-Seals 00007-1 November 2025 The professional license seals listed on this page represent design responsibility for Technical Specifications Sections 01010, 01111, 01300, 02070, 03200, 03250, 03300, 03740, 05500 included with this project. Design responsibility for the Plans is shown on each respective sheet. Brett D. Peters, P.E. Certification of Authorization Hawkins-Weir Engineers, Inc. Hawkins-Weir Engineers, Inc. Arkansas License No. 8398 No. 101Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs 00007-Seals 00007-2 November 2025 THIS PAGE INTENTIONALLY LEFT BLANK Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00010 – TABLE OF CONTENTS 00010-Table of Contents 00010-1 November 2025 Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs Bid 25-53, Construction – Transfer Station Improvements CONTRACT DOCUMENTS INVITATION TO BID COVER PAGES AND ADVERTISEMENT INTRODUCTORY INFORMATION 00007 SEALS 00001-1 of 2 00010 TABLE OF CONTENTS 00010-1 of 2 00100 BID SOLICITATION 00140 BIDDER’S QUALIFICATION STATEMENT 00140-1 of 4 00200 INSTRUCTIONS TO BIDDERS 00200-1 of 12 00400 BID FORMS AND SUPPLEMENTS 00400 BID FORM 00400-1 of 8 00410 BID BOND 00410-1 of 2 00430 LIST OF SUBCONTRACTORS 00430-1 of 2 00500 AGREEMENT FORM 00500 AGREEMENT BETWEEN OWNER AND CONTRACTOR 00500-1 of 12 00550 NOTICE TO PROCEED 00550-1 of 2 00600 BONDS AND CERTIFICATES 00610 PERFORMANCE BOND 00610-1 of 4 00611 LABOR AND MATERIAL PAYMENT BOND 00611-1 of 4 00640 WARRANTY BOND 00640-1 of 2 00700 CONTRACT GENERAL CONDITIONS 00700 TABLE OF CONTENTS 00700TOC-i of iv 00700 GENERAL CONDITIONS 00700-1 of 52 00800 SUPPLEMENTARY CONDITIONS 00800 SUPPLEMENTAL CONDITIONS 00800-1 of 8 DIVISION 1 - GENERAL REQUIREMENTS 01110 SUMMARY OF WORK 01110-1 of 6 01250 CONTRACT MODIFICATION PROCEDURES 01250-1 of 2 01270 UNIT PRICES 01270-1 of 2 01271 MEASUREMENT AND PAYMENT 01271-1 of 6 01290 PAYMENT PROCEDURES 01290-1 of 2 01290.01 APPLICATION FOR PAYMENT FORM 01290.1-1 of 2 01290.12 CERTIFICATE OF SUBSTANTIAL COMPLETION 01290.12-1 of 2 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00010 – TABLE OF CONTENTS (continued) 00010-Table of Contents 00010-2 November 2025 01290.14 CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT 01290.14-1 of 2 01290.15 SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT 01290.15-1 of 2 01320 PROJECT MEETINGS, SCHEDULES, AND REPORTS 01320-1 of 4 01321 SCHEDULE 01321-1 of 2 01420 DEFINITIONS AND STANDARDS 01420-1 of 4 01530 TEMPORARY BARRIERS AND CONTROLS 01530-1 of 8 01560 TEMPORARY UTILITIES AND FACILITIES 01560-1 of 10 02003 TRENCH SAFETY/PROTECTIVE SYSTEMS 02003-1 of 2 02004 CONFINED SPACES 02004-1 of 2 02005 PUBLIC EMPLOYEES RIGHT TO KNOW ACT 02005-1 of 2 TECHNICAL SPECIFICATIONS Hawkins-Weir Engineers, Inc. 01010 SPECIAL CONDITIONS 01010-1 of 2 01111 SITE CONDITIONS 01111-1 of 4 01300 SUBMITTALS 01300-1 of 8 02070 SELECTIVE DEMOLITION 02070-1 of 8 03200 CONCRETE REINFORCEMENT 03200-1 of 8 03250 CONCRETE JOINTS AND JOINT ACCESSORIES 03250-1 of 6 03300 CAST-IN-PLACE CONCRETE 03300-1 of 20 03740 MODIFICATION OR REPAIR OF EXISTING CONCRETE 03740-1 of 10 05500 MISCELLANEOUS METALS 05500 1 of 10 END OF SECTION 00010Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00140 – BIDDER’S QUALIFICATION STATEMENT 00140 Bidder Qualifications 00140-1 November 2025 Contract Name: Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs Bid 25-53, Construction – Transfer Station Improvements Date: ____________________________________, 20__ SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company Name Address Principal Office Corporation, LLC, partnership, individual, joint venture, other Arkansas State General Contractor’s License Number Type or legibly print) For a Bidder (Contractor) to be considered as Qualified, the Contractor must satisfy all insurance, financial, and bonding requirements of the City of Fayetteville. The Contactor must also provide documentation with the bid to document: The Contractor shall have executed work for municipalities with a minimum of three (3) projects equaling or exceeding two hundred thousand dollars ($200,000) for installation of the 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00140 – BIDDER’S QUALIFICATION STATEMENT (continued) 00140 Bidder Qualifications 00140-2 November 2025 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 work similar to that proposed by this 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 date of completion and percentage of the cost of the Work performed with Bidder’s own forces.) 4. Has Bidder ever failed to complete any project? If so, state when, where, and why. 5. Bidder normally performs the following work with his own forces: 6. Construction experience of key individuals in the organization is as follows continued on attached sheets if needed): 7. In the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company and name and address of agent: 8. Bidder’s Workmen’s Compensation Experience Modifier Factor is: Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00140 – BIDDER’S QUALIFICATION STATEMENT (continued) 00140 Bidder Qualifications 00140-3 November 2025 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, including Bidder’s latest balance sheet and income statements showing the following items: a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Net fixed assets. c. Other assets. d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). f. Name of firm preparing financial statement and date thereof: If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder: Judgment Creditors Where Docketed and Date Amount a. $ b. $ Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00140 – BIDDER’S QUALIFICATION STATEMENT (continued) 00140 Bidder Qualifications 00140-4 November 2025 Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: ___________________, 20__ OFFICIAL SEAL) Name of Organization: By Type or legibly print) By Signature) SEAL Title Type or legibly print) If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation or LLC, the corporate name shall be signed, followed by the signature of a duly-authorized officer and with the corporate seal affixed. Contractor shall attach evidence of authority of signature. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor’s signature and authority to sign. END OF SECTION 00140 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00200 – INSTRUCTIONS TO BIDDERS 00200 Instructions to Bidders 00200-1 November 2025 ARTICLE 1 - INTRODUCTORY INFORMATION 1.01 DEFINED TERMS: A. Terms used in these Instructions to Bidders and which are defined in the GENERAL CONDITIONS, have the meanings assigned to them in the GENERAL CONDITIONS. B. Bid Documents shall include the following: 1. Bidding Requirements: a. Invitation to Bid. b. Instructions to Bidders. c. Bid Form. d. Bid Bond. 2. Bidder’s Forms: a. The Bidder’s attention is called to the following additional forms which shall be completely filled out and submitted with the Bid: b. Bidder’s Qualifications Statement c. List of Subcontractors 3. Contract Forms: a. Agreement Between Owner and Contractor. The Bidder’s attention is called to the evidence of authority to sign and other documents which shall be submitted with the Agreement as applicable to the Business entity and noted in the Agreement. b. Performance Bond. c. Labor and Material Payment Bond (Payment Bond). 1) The Performance and Payment Bonds shall be one hundred percent (100%). 4. Contract Conditions: a. General Conditions. b. Supplementary Conditions or Specifications 5. Specifications. 6. Addenda issued prior to receipt of Bids. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00200 – INSTRUCTIONS TO BIDDERS (continued) 00200 Instructions to Bidders 00200-2 November 2025 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. 1. 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 be issued and where the bidding procedures are to be administered. 3. Successful Bidder – the lowest, responsible, and responsive Bidder to whom Owner on the basis of Owner’s evaluation as hereinafter provided makes an award. 1.02 COPIES OF BID DOCUMENTS: A. Complete sets of the Bid Documents in the number and format as stated in the Invitation to Bid may be obtained from the City’s Issuing Office. B. Complete sets of Bid Documents shall be used in preparing Bids; neither Owner, nor Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bid Documents. C. Owner and Engineer in making copies of Bid Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 1.03 QUALIFICATION OF BIDDERS: A. Prequalification statements are not required. Owner will, however, evaluate the Bidder’s qualifications following the opening of Bids. Evaluation criteria considered will include, but not be limited to: 1. Experience and performance records on similar work. 2. Financial responsibility. 3. 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 covenant to obtain such qualifications prior to award of the Contract. B. Bidders may be requested to submit financial statement and other information relating to experience and financial responsibility after bids are received and before awarding a contract. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00200 – INSTRUCTIONS TO BIDDERS (continued) 00200 Instructions to Bidders 00200-3 November 2025 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 Documents. 1. A list of comparable projects, including pertinent information and identification of the owners, shall be submitted with the Bid. 2. See ARTICLE 5 – AWARD OF CONTRACT herein for additional requirements after opening of Bids. D. All bidders must possess a valid Arkansas Contractor's License prior to the bid deadline and a current registration in good standing with the Arkansas Secretary of State prior to the bid award. 1.04 EXAMINATION OF CONTRACT DOCUMENTS AND SITE: A. Before submitting a Bid, it is the responsibility of each Bidder: 1. To thoroughly examine the Contract Documents and other related data identified in the Bid Documents (including “technical data” referred to below). 2. To visit the Site, City and/or Utilities to become familiar with and satisfy Bidder as to the general, local, and Site conditions that may in any manner affect cost, progress, and performance of the Work. 3. To consider federal, state, and local laws, ordinances, rules, and regulations that may in any manner affect cost, progress, performance, and furnishing of the Work. 4. To study and carefully correlate Bidder’s knowledge and observations with the Contract Documents and such other related data. 5. 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. B. Before submitting a Bid, each Bidder shall be responsible to obtain such additional or 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 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 incident thereto or which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price, and other terms and conditions of the Contract Documents. This shall include local shipping facilities and availability of lands if applicable. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00200 – INSTRUCTIONS TO BIDDERS (continued) 00200 Instructions to Bidders 00200-4 November 2025 C. In the preparation of the Contract Documents, neither reports of explorations nor tests of any Hazardous Environmental Condition at the Site of the Work have been prepared. D. Access to the Site: 1. On request, Owner will provide each Bidder access to the Site(s) to conduct such examinations, investigations, explorations, tests, and studies as each Bidder deems necessary for submission of his Bid. Bidder shall fill all holes, clean up, and restore the Site to its former conditions upon completion of such explorations, investigations, tests, and studies. 2. The lands upon which the Work is to be performed, rights-of-way, and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of Materials and Equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by Owner unless otherwise provided in the Contract Documents. 3. Property owners affected by the Work are named on the Drawings where known, but the accuracy of such ownership is not guaranteed. Bidders shall verify and make their own arrangements with such property owners for any access needed in connection with the preparation of Bids. E. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph “Examination of Contract Documents and Site,” and that the Bid Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 1.05 INTERPRETATIONS, MODIFICATIONS, AND ADDENDA: A. Any Bidder who discovers ambiguities, inconsistencies, or errors or is in doubt as to the meaning or intent of any part of the Bid Documents shall promptly request an interpretation from the Purchasing Division. Interpretations or clarifications considered necessary by Engineer in response to such requests will be issued by Addenda. B. Addenda may also be issued to modify the Bid Documents as deemed advisable by Owner or Engineer. C. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 1.06 PREBID CONFERENCE: A. A prebid conference will be held in accordance with the Invitation to Bid. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00200 – INSTRUCTIONS TO BIDDERS (continued) 00200 Instructions to Bidders 00200-5 November 2025 1.07 LABOR-RELATED REGULATIONS: A. Pursuant to Arkansas Code Annotated 22-9-203, the City of Fayetteville encourages all qualified minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified, small, minority, and women business enterprises. ARTICLE 2 - BASIS OF BIDDING 2.01 SPECIFIED EQUIPMENT AND MATERIALS: A. Substitutions will be considered only after the Effective Date of the Agreement and as set forth in the GENERAL CONDITIONS. 2.02 INDIRECT COSTS: A. Taxes: 1. All applicable sales, use, compensating, or other taxes to be paid or withheld by Bidder, now imposed by any taxing authority, on Equipment and Materials to be incorporated in the Work, and on any or all other cost items entering into the Contract Price, shall be included in the Bid price. 2. The Bidder shall include all such taxes except those on Equipment and Materials, if any, furnished by Owner or others, or exempted by the state, and Bidder shall furnish taxing authorities any information or reports pertaining thereto as required. B. The cost of all construction licenses, building and other permits, and governmental inspections required by public authorities for performing the Work, which are applicable at the time Bids are opened and which are not specified to be obtained by Owner, shall be included in the Bid price. Fees for permits issued by the City will be waived, but permits are still required where necessary. C. The cost of all royalties and license fees on Equipment and Materials to be furnished and incorporated in the Work shall be included in the Bid price. D. Tests, 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. E. The cost of all electrical, water, gas, telephone, sanitary, and similar facilities and services required by Contractor in performing the Work shall be included in the Bid price unless specified otherwise. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00200 – INSTRUCTIONS TO BIDDERS (continued) 00200 Instructions to Bidders 00200-6 November 2025 2.03 SUBCONTRACTORS: A. No Bid shall be based upon aggregate of Subcontractors performing more than 60 percent of the total Work. B. The experience, past performance, and ability of each proposed Subcontractor will be considered in the evaluation of Bids. Any Subcontractor so requested shall be required to furnish experience statements prior to the Notice of Awards. C. No Contractor shall be required to employ any Subcontractor, other person, or organization against whom Contractor has reasonable objection. Owner or Engineer may accept or reject Subcontractors in accordance with Paragraph 6.05 of the GENERAL CONDITIONS. 2.04 CONTRACT TIMES: A. The number of days within which, or the dates by which, the Work is to achieve Substantial Completion and also final completion and be ready for final payment shall be as stated in the Agreement. B. Provisions for liquidated damages, if any, are as set forth in the Agreement. ARTICLE 3 - BIDDING PROCEDURE 3.01 PREPARATION OF BID: A. One set of bound documents included with the officially provided set of drawings (if any) and specifications shall be used for the Bid. B. The Bid Forms shall be filled out in detail and signed by the Bidder. 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 LLCs 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 Agent for Service process authority to sign. The 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 otherwise authorized to bind the Bidder. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00200 – INSTRUCTIONS TO BIDDERS (continued) 00200 Instructions to Bidders 00200-7 November 2025 G. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. H. The address to which communications regarding the Bids are to be directed shall be shown. 3.02 METHOD OF BIDDING: A. Bids will be received on a Unit Prices basis as set forth in the Bid Form. B. Firm Bids are required. C. Schedule of Unit Prices: 1. The Bidder shall complete the Unit Price Bid Schedule included in the Bid and shall accept all fixed Unit Prices listed therein). 2. The total Bid price will be determined as the sum of the products of the estimated quantity of each item and the Unit Price set forth in the Unit Price Bid Schedule. The final Contract Price shall be subject to adjustment according to final measured, used, or delivered quantities. 3.03 SUBCONTRACTORS INFORMATION SUBMITTED WITH BID: Bidders shall submit to Owner with the Bid the List of Subcontractors contained in the Project Manual as Document 00430, completed with names of all such Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work for which such identification is required. The list shall be supplemented by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, 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, request the apparent Successful Bidder to submit an acceptable substitute without an increase in the Bid. If the apparent Successful Bidder declines to make 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 make written objection 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00200 – INSTRUCTIONS TO BIDDERS (continued) 00200 Instructions to Bidders 00200-8 November 2025 3.04 FORMS AND DOCUMENTS TO BE SUBMITTED: A. The following forms shall be completed and submitted with the Bid: 1. DOCUMENT 00140 BIDDER’S QUALIFICATIONS STATEMENT 2. DOCUMENT 00400 BID FORM 3. Bid Security as bank cashier’s check FROM A FINANCIAL INSTITUTION LOCATED IN THE STATE OF Arkansas, or Bid Bond (DOCUMENT 00410) 4. DOCUMENT 00430, LIST OF SUBCONTRACTORS 3.05 BID SECURITY: A. Each Bid shall be accompanied by Bid security, payable to Owner, in the amount of five-percent (5%) of the total Bid. B. The required security shall be in the form of a bank cashier’s check from a financial institution located in the state of Arkansas or a Bid Bond on the form prescribed by the AIA, Document A310, or on similar form attached. C. Bid Bond shall be executed by a surety meeting the requirements set forth for “Surety Bonds” in the GENERAL CONDITIONS. D. Bid security of the Successful Bidder will be retained until Bidder has executed the Agreement and furnished the required surety Bonds as set forth in the GENERAL CONDITIONS, whereupon Bid security will be returned. If the Successful Bidder fails to execute the Agreement and furnish the surety Bonds within 15 days after the date of Notice of Award, Owner may annul the Notice of Award, and Bid security of that Bidder will be forfeited to Owner. E. The 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 the Effective Date of the Agreement and the required surety Bonds furnished, or the 91st day after the Bid opening. Bid security of other Bidders will be returned within 10 days of the bid opening. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00200 – INSTRUCTIONS TO BIDDERS (continued) 00200 Instructions to Bidders 00200-9 November 2025 3.06 SUBMISSION OF BID: A. Bids shall be submitted at the time and place designated in the Invitation to Bid. B. 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 name 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 system, the sealed envelope shall be enclosed in a separate envelope with the notation “Sealed Bid Enclosed” on the face thereof. 3.07 MODIFICATION OR WITHDRAWAL OF BIDS: A. Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. B. If, within 24 hours after Bids are opened, any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of his Bid, that Bidder may withdraw its Bid, and the Bid security will be returned. Thereafter, that Bidder will be disqualified from further bidding on the Work to be provided under the Contract Documents. ARTICLE 4 - OPENING OF BIDS 4.01 OPENING OF BIDS: A. Bids will be opened and (unless obviously non-responsive) read aloud publicly at a location indicated by the Purchasing Division. An abstract of the amounts of the base Bids will be made available to Bidders after the opening of Bids. B. All Bids shall remain open for a period of 90 days after Bids are opened, but Owner may, at his sole discretion, release any Bid and return the Bid security at any time prior to that date. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00200 – INSTRUCTIONS TO BIDDERS (continued) 00200 Instructions to Bidders 00200-10 November 2025 ARTICLE 5 - AWARD OF CONTRACT 5.01 OWNER’s RIGHT TO REJECT BIDS: A. Owner reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, non-responsive, unbalanced, or conditional Bids and to reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by Owner. Owner also reserves the right to waive all informalities not involving price, times, or changes in the Work 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 of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. B. All Bidders must agree that such rejection shall be without liability on the part of the Owner nor shall the Bidders seek recourse of any kind against the Owner because of such rejections. The filing of any Bid shall constitute an agreement of the Bidder to these conditions. 5.02 EVALUATION OF BIDS: A. In evaluating Bids, Owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements (and such Material Submittals, Alternates, Unit Prices) and other data, as may be requested in the Bid Form or prior to the Notice of Award. Owner must accept Alternates (if any) in numerical order. B. Owner may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is requested per Paragraph 5.02E of this document. C. Owner may conduct such investigations as he deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of the Bidders, proposed Subcontractors, and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to Owner’s satisfaction within the prescribed time. D. Owner reserves the right to reject the Bid of any Bidder who does not pass any such evaluation to Owner’s satisfaction. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00200 – INSTRUCTIONS TO BIDDERS (continued) 00200 Instructions to Bidders 00200-11 November 2025 E. Within 10 days after Bids are opened, and if requested by the Owner or the Engineer, the apparent Successful Bidder, and any other Bidder so requested, shall submit supplemental information 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. The use of Subcontractors listed by Bidder (Document 00430) and accepted by Owner prior to the Notice of Award will be required in the performance 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 sum portion of its Bid. This breakdown must include a separate item for each major category of work and each major piece of equipment. This breakdown may or may not be reflected in subsequent time 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 award will be in the best interest of Project and Owner. 5.03 NOTICE OF AWARD: A. After considering the basis of award and evaluation of Bids, if the Contract is to be awarded, Owner shall within 90 days after the date of opening Bids notify the Successful Bidder of acceptance of his Bid (indicating which, if any, Alternate Bids have been accepted). ARTICLE 6 - SIGNING OF AGREEMENT 6.01 When Owner gives Notice of Award to Successful Bidder, Engineer will issue the required number of unbound, unsigned counterparts of the Agreement and other Contract Documents to Successful Bidder. 6.02 Within 30 days thereafter, Contractor (Successful Bidder) shall sign all copies of the Agreement dating the Agreement the Date of City Council Approval, power of attorney documents, and other required documents, and deliver all copies to the Owner. 6.03 Within 15 days thereafter, unless otherwise noted in writing by Owner to Bidder, Owner will execute all copies of the Agreement and insert the properly executed and recorded Bonds, power of attorney documents, and other required documents in the appropriate places. The Performance Bond and the Payment Bond shall be one hundred percent (100%) and shall be provided to the City after the bonds are filed and file marked at the Washington County Circuit Clerk’s office. Owner will provide the executed Contract Documents to Engineer for binding and distribution as required. Each duly executed counterpart will be accompanied by a complete set of Drawings with appropriate identification. END OF SECTION 00200 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00200 – INSTRUCTIONS TO BIDDERS (continued) 00200 Instructions to Bidders 00200-12 November 2025 THIS PAGE INTENTIONALLY LEFT BLANKAp pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs DOCUMENT 00400-BID FORM Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs Bid Number:25 -53, Construction - Transfer Station Improvements BID TO: Owner:The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: ARTICLE 1 - INTENT 1.01 ARTICLE 2 - TERMS AND CONDITIONS 2.01 ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.01 A. Date Contract Name: The undersigned Bidder proposes an agrees,if this Bid is accepted,to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders,including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner’s Notice of Award. In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: Bidder has examined and carefully studied the Bid Documents,and the following Addenda,receipt of all which is hereby acknowledged: Number 00400-Bid Form 00400-1 November 2025 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs DOCUMENT 00400-BID FORM (continued) B. C. D. E. F. G. H. I. J. 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. 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. Bidder has correlated the information known to Bidder,information and observations obtained from visits to the Site,reports,and drawings identified in the Contract Documents,and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 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. Bidder is familiar with and is satisfied as to all federal,state,and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. Bidder has carefully studied all:(1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site;and (2) reports and drawings of a Hazardous Environmental Condition,if any,at the Site.Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder’s purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. Bidder has obtained and carefully studied (or assumes responsibility for having done so)all such additional or 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 cost,progress,performance,or furnishing of sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations,explorations,tests, studies,or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times,price, and other terms and conditions of the Contract Documents. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. 00400-Bid Form 00400-2 November 2025 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs DOCUMENT 00400-BID FORM (continued) K. L. ARTICLE 4 - BID PRICE 4.01 4.02 4.03 4.04 5.01 5.02 ARTICLE 6 - BID CONTENT 6.01 A. Bidders are required to provide pricing for all line items. Bidder shall complete the Work in accordance with the Contract Documents for the price(s)indicated in the Bidder's electronic bid submittal.Bidders shall refer to the City's online bidding portal for unit price bid input. ARTICLE 5 - CONTRACT TIMES Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 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 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,firm, or a corporation to refrain from bidding;and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 – Subpart P – Excavations. The City intends to award this contract to the lowest qualified responsive responsible bidder based on the total base bid as long as the base bid amount falls within the amount of funds certified for the project plus 25%. In the event no bid falls within the amount of funds certified for the project plus 25%,all bids shall be rejected and become confidential. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. The following documents are attached to and made a condition of this Bid: 00400-Bid Form 00400-3 November 2025 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs DOCUMENT 00400-BID FORM (continued) B. ARTICLE 7 - COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: Email Phone No. Fax No. ARTICLE 8 - TERMINOLOGY 8.01 ARTICLE 9 - CONTRACTOR'S ASSURANCES AND EXECUTION/SIGNATURE 9.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. LABOR STANDARDS I will comply with the Labor Standards Provisions contained in the Contract Documents 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. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. As the authorized representative of the individual,incorporation, or corporation (hereinafter referred to as the company) bidding on or participating in the project,I certify that I have read and understand the requirements of the General and/or Supplemental Conditions and that the principles,agents and employees of the company will comply with these requirements including all relevant statutes and regulations issued pursuant thereto.I further certify as the authorized agent of the company that: Contractor's Assurances. EQUAL OPPORTUNITY I will comply with all requirements of 41 CFR Chapter 60 and Executive Orders 11246 and 11375, including inclusion of all required equal opportunity clauses in each sub-contract awarded in excess of $10,000 and I will furnish a similar statement from each proposed subcontractor,when appropriate.I will also comply with all Equal Employment Opportunity requirements as defined by Section 504 of the Rehabilitation Act of 1973;the Age Discrimination Act of 1975;and Section 13 of the Federal Water Pollution Control Act Amendments of 1972 regarding sex discrimination. 00400-Bid Form 00400-4 November 2025 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs DOCUMENT 00400-BID FORM (continued) c) 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 (b) of this certification; and 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. DEBARMENT AND SUSPENSION I certify that to the best of my knowledge and belief that the company that I represent and its principals: 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. 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. b)Have not within a three year period preceding this proposal been convicted of or had a civil judgement 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; a) Are not presently debarred,suspended, proposed for debarment, declared ineligible,or voluntarily excluded from covered transactions by any Federal department or agency; I understand that a false statement on this 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 $25,000. 00400-Bid Form 00400-5 November 2025 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs DOCUMENT 00400-BID FORM (continued) 9.02 If Bidder is: Doing business as: _________________________________________ Business address: __________________________________________ City, State, Zip: ___________________________________________ Phone No: ____________________Fax No. ____________________ Email Address: ___________________________________________ Partnership Name: ____________________________________ (SEAL) By: ____________________________________________________ Name (type or printed): _____________________________________ Business address: _________________________________________ City, State, Zip ___________________________________________ Phone No: _______________________Fax No._________________ Email Address: ___________________________________________ Arkansas State Contractor License No. _________________________ Name (type or printed): _____________________________________ By: ________________________________________________(SEAL) SUBMITTED on ____________________________________, 20____ Signature of general partner-attach evidence of authority to sign) Execution/Signatures for Contractor Assurances above, Bid and Bid Form: An Individual Individual's Signature) A Partnership 00400-Bid Form 00400-6 November 2025 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs DOCUMENT 00400-BID FORM (continued) Corporation Name: ___________________________________(SEAL) State of Incorporation: _________________________________ Type (General Business, Professional, Service, Limited Liability): By: ________________________________________________ Name (type or printed): ________________________________ Title: _______________________________________________ Attest: ______________________________________________ Business address: _____________________________________ Phone No.: _________________Fax No.:__________________ Email Address: _______________________________________ Tax ID No.: _________________________________________ END OF DOCUMENT 00400 Signature-attach evidence of authority to sign) Signature of Corporate Secretary) A Corporation or Corporate entity including Limited Liability Company (LLC) 00400-Bid Form 00400-7 November 2025 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs THIS PAGE INTENTIONALLY LEFT BLANK 00400-Bid Form 00400-8 November 2025 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs DOCUMENT 00410 – BID BOND 00410-Bid Bond 00410 - 1 November 2025 KNOW ALL MEN BY THESE PRESENTS: that we as Principal, hereinafter called the Principal, and a corporation duly organized under the laws of the State of __________________ as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, in the sum of _____________________________________ Dollars ($______________________), for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted a Bid for: FAYETTEVILLE TRANSFER STATION IMPROVEMENTS BALER SUMP AND COMPOST PAD REPAIRS, BID 25-53, CONSTRUCTION – TRANSFER STATION IMPROVEMENTS. NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs DOCUMENT 00410 – BID BOND (continued) 00410-Bid Bond 00410 - 2 November 2025 Signed and sealed this _______ day of ____________ 20___. PRINCIPAL (CORPORATE SEAL) By SURETY By ATTORNEY-IN-FACT (CORPORATE SEAL) This Bond shall be accompanied with Attorney-in-Fact’s authority from Surety) END OF DOCUMENT Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs DOCUMENT 00430 – LIST OF SUBCONTRACTORS 00430 List of Subcontractors 00430 - 1 November 2025 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 BALER SUMP AND COMPOST PAD REPAIRS, Bid 25-53, Construction – Transfer Station Improvements. Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Subcontractor’s Name Expected Percentage and Address or Value Clearing/Demolition SWPPP/Erosion Control Asphalt Concrete Landscaping Material Testing Other (designate) NOTE: This form must be submitted in accordance with the Instructions to Bidders. Bidder’s Signature END OF DOCUMENT Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs DOCUMENT 00430 – LIST OF SUBCONTRACTORS (continued) 00430 List of Subcontractors 00430 - 2 November 2025 THIS PAGE INTENTIONALLY LEFT BLANKAp pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00500 – AGREEMENT BETWEEN OWNER AND CONTRACTOR 00500-Agreement 00500-1 November 2025 ontract Name/Title: Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs Contract No.: 25-53, Construction – Transfer Station Improvements THIS AGREEMENT is dated as of the ______ day of _______________ in the year 20__ by and between The City of Fayetteville, Arkansas and (hereinafter called Contractor). ARTICLE 1 - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Agreement includes, but is not limited to: A. Repair of the Baler Sump Pit B. Removal and Replacement of a portion of the existing Compost Pad C. Construction of an entrance drive to the existing Compost Pad 1.02 The Contractor agrees to perform the work described in the Contract Documents and comply with the terms therein for the amounts shown in the Bid Proposal. 1.03 Any use of a third party dumpster or roll off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non-City dumpster or roll off container is not allowed. 1.04 Contractor is responsible for obtaining all applicable permits. The fees for City of Fayetteville (only) issued permits shall be waived. 1.05 The Contract may include work in City of Fayetteville right-of-way, ARDOT (State) right-of- way, railroad right-of-way and in General or Utility Easements. ARTICLE 2 - ENGINEER 2.01 The Contract Documents have been prepared by Hawkins-Weir Engineers, Inc. and Olsson. Hawkins-Weir Engineers, Inc. and Olsson assume all duties and responsibilities, and has the rights and authority assigned to Engineer in connection with completion of their respective portions of the Work in accordance with the Contract Documents. 2.02 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00500 – AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) 00500-Agreement 00500-2 November 2025 ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestone, if any, Substantial Completion and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR COMPLETION AND FINAL PAYMENT: 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, and final completion and ready for final payment within 75 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS. 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Two Hundred Fifty Dollars ($250.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor 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 Two Hundred Fifty Dollars ($250.00) for each calendar day that expires after the time specified for completion and readiness for final payment. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00500 – AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) 00500-Agreement 00500-3 November 2025 B. In addition to Liquidated Damages defined in Paragraph 3.03, all construction activities associated with the baler sump shall be limited to a consecutive fourteen 14) day calendar period. The Contractor shall be subject to Liquidated Damages in the amount of Two Hundred Fifty Dollars ($250.00) per calendar day for each day the baler sump remains incomplete and the Recycling Processing Facility cannot be restored to its full operational capacity following the consecutive fourteen (14) day calendar period. ARTICLE 4 - CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the unit prices bid in the Proposal which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the Contract estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the Contract Documents. 4.03 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. 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. ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00500 – AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) 00500-Agreement 00500-4 November 2025 5.02 PROGRESS PAYMENTS, RETAINAGE: A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 95% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress 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 satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00500 – AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) 00500-Agreement 00500-5 November 2025 ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site(s) 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. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: 1) Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and 2) 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. E. 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 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, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00500 – AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) 00500-Agreement 00500-6 November 2025 G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Contractor has given the Purchasing Division written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by the Purchasing Division is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The 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: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. a. The Performance and Payment Bonds shall be one hundred percent 100%). b. 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00500 – AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) 00500-Agreement 00500-7 November 2025 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in Table of Contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the Table of Contents thereof (Drawings), with each sheet bearing the following general title: Fayetteville Transfer Station Improvements – Baler Sump and Compost Pad Repairs 8. Addenda numbers ______ inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 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 become due and moneys that are due may not be assigned without such consent except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00500 – AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) 00500-Agreement 00500-8 November 2025 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00500 – AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) 00500-Agreement 00500-9 November 2025 8.06 LIENS: 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 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 written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor. Three counterparts each has been retained by The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00500 – AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) 00500-Agreement 00500-10 November 2025 This Agreement will be effective on ____________________________, 20___, which is the Effective Date of the Agreement. CONTRACTOR: CITY OF FAYETTEVILLE By: By: Type or legibly print) (Type or legibly print) Signature) (Signature) Title: Title: Mayor Contractor shall attach evidence of authority to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor’s signature and execution of Agreement. Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy of the Contractor’s Articles of Incorporation and a copy form the Arkansas State Secretary of State to document that the corporation, corporate entity or LLC is in current “Good Standing” with the State of Arkansas and such entity is permitted to perform work in the State of Arkansas. SEAL) (SEAL) Attest Attest Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00500 – AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) 00500-Agreement 00500-11 November 2025 Address for giving notices Address for giving notices 113 W. Mountain St. Fayetteville, AR 72701 License No. ____________ Agent for Service of process Type or legibly print) Signature) Contractor shall attach evidence of authority of Agent for Service process to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Agent for Service process authority to sign. If Contractor is a corporation, corporate entity Approved as to Form: or LLC, attach evidence of authority to sign.) By: Attorney For: END OF SECTION 00500 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00500 – AGREEMENT BETWEEN OWNER AND CONTRACTOR (continued) 00500-Agreement 00500-12 November 2025 THIS PAGE INTENTIONALLY LEFT BLANKAp pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00550 - NOTICE TO PROCEED 00550-Notice to Proceed 00550 - 1 November 2025 Note: The following Notice To Proceed Document will be completed after Contract Award. TO: Contract Name/Title: Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs Contract No: 25-53, Construction – Transfer Station Improvements Owner: City of Fayetteville, Arkansas You are notified that the Contract Time(s) under the above Contract will commence to run on By that date, you are to start performing your obligations under the Contract Documents. In accordance with the Agreement between Owner and Contractor, the date(s) of Substantial Completion and final completion ready for final payment are and respectively. Before you may start any work at the Site, the General Conditions provide that you and Owner must each deliver to the other, (with copies to Engineer and other identified additional insureds) certificates of insurance, which each is required to purchase and maintain in accordance with the Contract Documents. Also before you may start any work at the Site, you must submit the following: 1. Preliminary construction progress schedule. 2. Preliminary schedule of Submittals. 3. Satisfactory evidence of insurance in accordance with the requirements of the General Conditions. 4. Temporary erosion control requireiments as specified. 5. Maintenance of Traffic as specified. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00550 - NOTICE TO PROCEED (continued) 00550-Notice to Proceed 00550 - 2 November 2025 You are required to return an acknowledgement copy of this Notice to Proceed to the Owner. Dated . OWNER City of Fayetteville By: Signature: Title: Date: ACCEPTANCE OF NOTICE TO PROCEED CONTRACTOR By: Signature: Title Date , 20 Copy to Engineer Use Certified Mail, Return Receipt Requested) END OF DOCUMENT Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00610 – PERFORMANCE BOND 00610-Performance Bond 00610-1 November 2025 KNOW ALL MEN BY THESE PRESENTS: THAT as Principal, hereinafter called Contractor, and as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, in the amount of $________________, for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written Agreement dated ________________, 20___, entered into a contract with Owner for Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs Bid 25-53, Construction - Transfer Station Improvements which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00610 – PERFORMANCE BOND (continued) 00610-Performance Bond 00610-2 November 2025 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 the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this Bond must be instituted before the expiration of two years from the date on which final payment under the Contract falls due. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators, or successors of the Owner. Signed and sealed this _______ day of ________________ 20___ CONTRACTOR (CORPORATE SEAL) Type or legibly print) By: Type or legibly print) Signature) Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00610 – PERFORMANCE BOND (continued) 00610-Performance Bond 00610-3 November 2025 SURETY COUNTERSIGNED: Resident Agent State of Arkansas Type or legibly print) (Type or legibly print) By By Type or legibly print) (Type or legibly print) Signature) (Signature) ATTORNEY-IN-FACT (CORPORATE SEAL) Type or legibly print) Signature) This Bond shall be accompanied with Attorney-in-Fact's authority from Surety) Approved as to Form: Type or legibly print) Signature) Attorney for Type or legibly print) END OF SECTION 00610 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00610 – PERFORMANCE BOND (continued) 00610-Performance Bond 00610-4 November 2025 THIS PAGE INTENTIONALLY LEFT BLANKAp pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00611 – LABOR AND MATERIAL PAYMENT BOND 00611-Labor and Material Payment Bond 00611-1 November 2025 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 held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of $_________________, for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written Agreement dated __________, 20__, entered into a contract with Owner for : Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs Bid 25-53, Construction – Transfer Station Improvements which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: A.A 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00611 – LABOR AND MATERIAL PAYMENT BOND (continued) 00611-Labor and Material Payment Bond 00611-2 November 2025 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 have given written notice to any two of the following: the Contractor, the Owner, or the Surety within 90 days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to Contractor, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid Project is located, save that such service need not be made by a public officer. 2. After the expiration of one year following the date on which Contractor ceased Work on the Contract, it being understood, however, that if any limitation embodied in this Bond is prohibited by any Law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such Law. 3. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere. D. The amount of this Bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this Bond. Signed and sealed this _______ day of ____________ 20__ CONTRACTOR (CORPORATE SEAL) Type or legibly print) By: Type or legibly print) Signature) Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00611 – LABOR AND MATERIAL PAYMENT BOND (continued) 00611-Labor and Material Payment Bond 00611-3 November 2025 SURETY COUNTERSIGNED: Resident Agent State of Arkansas Type or legibly print) (Type or legibly print) By By Type or legibly print) (Type or legibly print) Signature) (Signature) ATTORNEY-IN-FACT (CORPORATE SEAL) Type or legibly print) Signature) This Bond shall be accompanied with Attorney-in-Fact's authority from Surety) Approved as to Form: Type or legibly print) Signature) Attorney for Type or legibly print) END OF SECTION 00611 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00611 – LABOR AND MATERIAL PAYMENT BOND (continued) 00611-Labor and Material Payment Bond 00611-4 November 2025 THIS PAGE INTENTIONALLY LEFT BLANK Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00640 – WARRANTY BOND 00640-Warranty Bond 00640-1 November 2025 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 ($ ), subject to the terms and conditions provided herein. WHEREAS, Principal executed and entered into that certain Agreement with City of Fayetteville for Fayetteville Transfer Station Improvements – Baler Sump and Compost Pad Repairs Bid 25-53, Construction – Transfer Station Improvements dated , 20___ (the “Contract”), the provisions of which are incorporated herein by reference, and unless otherwise defined herein all defined terms used or referred to herein shall have the meaning ascribed thereto in the Contract. In addition to other obligations and liabilities, the Contract required Principal to perform the Work for the Project and to furnish this Bond to City of Fayetteville in compliance with the General Conditions. NOW THEREFORE, the obligations of Principal and Surety herein shall remain in full force and effect as provided herein, subject to becoming null and void upon the occurrence of either or both of the conditions that (a) Principal shall fully perform and satisfy all obligations and liabilities of Principal under the warranty and guarantee provisions of Article 29 of the General Conditions, as modified or supplemented by the Supplementary Conditions or any other applicable Contract Documents, at any time within two years after the date of Final Acceptance or such longer period of time as may be prescribed therein (the Warranty Period”), all of which includes without limitation either correcting the defective Work, or removing and replacing it with nondefective Work, or paying all direct, indirect or consequential costs of such correction or removal and replacement, all as provided therein, or (b) City of Fayetteville shall fail to institute a lawsuit, action or other proceeding under this Bond before the expiration of three (3) months following the end of the Warranty Period. FURTHER PROVIDED, that (a) any changes, modifications, amendments, alterations or supplementations in or to the Contract, and Contract Documents or the Work, or the giving by City of Fayetteville of any extension of time for the performance of the Contract, or any other forbearance on the part of either City of Fayetteville or Principal to the other, shall not in any way release the Principal or Surety, or either of them, from their liability hereunder, notice to the Surety of any of the foregoing being hereby waived, (b) in no event shall the aggregate liability of Surety exceed the amount set out herein, and (c) the rights and obligations hereof shall be binding upon and shall inure to the benefit of Principal, Surety, City of Fayetteville and their respective heirs, legal representatives, partners, privies, successors and assigns, provided that nothing herein shall authorize the assignment of any such rights and obligations. 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00640 – WARRANTY BOND (continued) 00640-Warranty Bond 00640-2 November 2025 Executed on the day of 20 . By Type or legibly print) Signature) SEAL Witness: Type or legibly print) Signature) Attest: SEAL Type or legibly print) Signature) Surety END OF SECTION 00640 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS TABLE OF CONTENTS 00700-General Conditions Table of Contents 00700-i November 2025 ARTICLE 1 - DEFINITIONS AND TERMINOLOGY .......................................................1 1.01 CONTRACT DOCUMENTS: ............................................................................................ 1 1.02 DEFINITIONS: .................................................................................................................. 1 1.03 TERMINOLOGY: .............................................................................................................. 5 ARTICLE 2 - PRELIMINARY MATTERS ..........................................................................5 2.01 DELIVERY OF BONDS: ................................................................................................... 5 2.02 COPIES OF DOCUMENTS: .............................................................................................. 5 2.03 COMMENCEMENT OF CONTRACT TIMES; NOTICE TO PROCEED: ..................... 5 2.04 STARTING THE PROJECT: ............................................................................................. 6 2.05 BEFORE STARTING CONSTRUCTION: ....................................................................... 6 2.06 PRECONSTRUCTION CONFERENCE: .......................................................................... 6 2.07 FINALIZING SCHEDULES: ............................................................................................. 6 ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE ...............6 3.01 INTENT: ............................................................................................................................. 6 3.02 AMENDING AND SUPPLEMENTING CONTRACT DOCUMENTS: .......................... 8 3.03 OWNERSHIP AND REUSE OF DOCUMENTS: ............................................................. 8 ARTICLE 4 - AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS ...................................................................................8 4.01 AVAILABILITY OF LANDS:........................................................................................... 8 4.02 UNFORESEEN SUBSURFACE CONDITIONS: ............................................................. 8 4.03 PHYSICAL CONDITIONS - UNDERGROUND FACILITIES: ...................................... 9 4.04 REFERENCE POINTS: ................................................................................................... 10 4.05 ASBESTOS, PCBS, PETROLEUM, HAZARDOUS WASTE, OR RADIOACTIVE MATERIAL: ..................................................................................................................... 10 ARTICLE 5 - BONDS AND INSURANCE .........................................................................11 5.01 PERFORMANCE AND OTHER BONDS: ..................................................................... 11 5.02 INSURANCE: .................................................................................................................. 12 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions Table of Contents 00700-ii November 2025 ARTICLE 6 - CONTRACTOR’S RESPONSIBILITIES...................................................17 6.01 SUPERVISION AND SUPERINTENDENCE: ............................................................... 17 6.02 LABOR, EQUIPMENT, AND MATERIALS: ................................................................ 18 6.03 ADJUSTING PROGRESS SCHEDULE: ........................................................................ 18 6.04 SUBSTITUTES OR “OR-EQUAL” ITEMS: ................................................................... 18 6.05 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS: ....................... 20 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 DOCUMENTS: ............................................................................................... 23 6.12 SAFETY AND PROTECTION: ....................................................................................... 23 6.13 EMERGENCIES: ............................................................................................................. 24 6.14 SUBMITTALS: ................................................................................................................ 24 6.15 CONTINUING THE WORK: .......................................................................................... 25 6.16 INDEMNIFICATION: ..................................................................................................... 25 ARTICLE 7 - OTHER WORK .............................................................................................26 7.01 RELATED WORK AT SITE: .......................................................................................... 26 7.02 COORDINATION: ........................................................................................................... 27 ARTICLE 8 - OWNER’S RESPONSIBILITIES ................................................................27 8.01 COMMUNICATIONS: .................................................................................................... 27 8.02 CHANGE OF ENGINEER : ............................................................................................. 27 8.03 REQUIRED DATA: ......................................................................................................... 27 8.04 LANDS AND EASEMENTS: .......................................................................................... 27 8.05 INSURANCE: .................................................................................................................. 27 8.06 CHANGE ORDERS: ........................................................................................................ 27 8.07 INSPECTIONS AND TESTS: ......................................................................................... 28 8.08 STOPPING THE WORK: ................................................................................................ 28 8.09 LIMITATIONS ON OWNER’S RESPONSIBILITIES: .................................................. 28 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions Table of Contents 00700-iii November 2025 ARTICLE 9 - ENGINEER’S STATUS DURING CONSTRUCTION .............................28 9.01 OWNER’S REPRESENTATIVE: .................................................................................... 28 9.02 VISITS TO SITE: ............................................................................................................. 28 9.03 PROJECT REPRESENTATION: ..................................................................................... 28 9.04 CLARIFICATIONS AND INTERPRETATIONS: .......................................................... 29 9.05 AUTHORIZED VARIATIONS IN WORK: .................................................................... 29 9.06 REJECTING DEFECTIVE WORK: ................................................................................ 29 9.07 SUBMITTALS, CHANGE ORDERS, AND PAYMENTS: ............................................ 29 9.08 DETERMINATIONS FOR UNIT PRICES: .................................................................... 29 9.09 DECISIONS ON DISPUTES: .......................................................................................... 30 9.10 LIMITATIONS ON ENGINEER’S RESPONSIBILITIES: ............................................ 30 ARTICLE 10 - CHANGES IN THE WORK .........................................................................31 10.01 GENERAL: ....................................................................................................................... 31 ARTICLE 11 - CHANGE OF CONTRACT PRICE ............................................................32 11.01 GENERAL: ....................................................................................................................... 32 11.02 COST OF THE WORK: ................................................................................................... 33 11.03 CONTRACTOR’S FEE: ................................................................................................... 35 11.04 CASH ALLOWANCES: .................................................................................................. 36 11.05 UNIT PRICE WORK: ...................................................................................................... 36 11.06 RIGHT OF AUDIT: .......................................................................................................... 36 ARTICLE 12 - CHANGE OF CONTRACT TIMES ............................................................37 12.01 GENERAL: ....................................................................................................................... 37 ARTICLE 13 - WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK ............................................................................................................38 13.01 WARRANTY AND GUARANTEE: ............................................................................... 38 13.02 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions Table of Contents 00700-iv November 2025 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: ......................................................... 41 ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION ........................42 14.01 SCHEDULE OF VALUES: .............................................................................................. 42 14.02 APPLICATION FOR PROGRESS PAYMENT: ............................................................. 42 14.03 CONTRACTOR’S WARRANTY OF TITLE: ................................................................ 42 14.04 REVIEW OF APPLICATION FOR PROGRESS PAYMENT: ...................................... 42 14.05 SUBSTANTIAL COMPLETION: ................................................................................... 44 14.06 PARTIAL UTILIZATION: .............................................................................................. 45 14.07 FINAL INSPECTION: ..................................................................................................... 46 14.08 FINAL APPLICATION FOR PAYMENT: ..................................................................... 46 14.09 FINAL PAYMENT AND ACCEPTANCE:..................................................................... 46 14.10 CONTRACTOR’S CONTINUING OBLIGATION: ....................................................... 47 14.11 WAIVER OF CLAIMS: THE MAKING AND ACCEPTANCE OF FINAL PAYMENT WILL CONSTITUTE: ...................................................................................................... 47 14.12 INTEREST: NOT APPLICABLE. .................................................................................. 47 ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION ...................................47 15.01 OWNER MAY SUSPEND WORK: ................................................................................ 47 15.02 OWNER MAY TERMINATE: ........................................................................................ 48 15.03 CONTRACTOR MAY STOP WORK OR TERMINATE: ............................................. 49 ARTICLE 16 - RESOLUTION OF DISPUTES ....................................................................49 16.01 RESOLUTION OF CLAIMS AND DISPUTES .............................................................. 49 ARTICLE 17 - MISCELLANEOUS ......................................................................................50 17.01 GIVING NOTICE: ........................................................................................................... 50 17.02 COMPUTATION OF TIME: ........................................................................................... 50 17.03 CLAIMS, CUMULATIVE REMEDIES: ......................................................................... 50 17.04 FREEDOM OF INFORMATION ACT ........................................................................... 52 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Metal Push Wall and Chute Replacement SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-1 January 2025 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 parties and shall consist of the documents listed in DOCUMENT 00500, AGREEMENT. B. Reports and drawings of subsurface and physical conditions and approved Submittals by Contractor are not Contract Documents. C. Only printed or hard copies of items listed in subparagraph 1.01A are Contract Documents. Files in electronic media format of text, data, graphics, and the like that may be furnished by Owner to Contractor are not Contract Documents. 1.02 DEFINITIONS: A. Wherever used in these General Conditions or elsewhere in the Contract Documents, the following terms have the meanings indicated below, which are applicable to both the singular and plural thereof: 1. “Addenda” - written or graphic changes or interpretations of the Contract Documents issued by Owner prior to the opening of Bids. 2. “Agreement” - the written agreement between Owner and Contractor covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. 3. “Application for Payment” - the form acceptable to Engineer which is to be used by Contractor during the course of the Work in requesting progress and final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. “Asbestos” - any material that contains more than 1% asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. “Bid” - the formal 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. 6. “Bidder” - any person, firm, or corporation submitting a Bid for the Work or their duly authorized representatives. 7. “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. 8. “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. 9. “Contract Price” - the total monies payable to Contractor under the Contract Documents as stated in the Agreement. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-2 November 2025 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 entered into the Agreement. 12. “Date of Contract”, “Effective Date of the Agreement” - the date of the City Council Approval also indicated in the Agreement. 13. “Engineer” or “Engineer-Architect” - Architect, engineer, or other licensed professional who is either employed or has contracted with Owner to serve in a design capacity and whose consultants, members, partners, employees, or agents have prepared and sealed the Drawings and Specifications. 14. “Engineer’s Consultant” - an individual or entity having a contract with Engineer to furnish services as Engineer’s independent professional associate or consultant with respect to the Project. 15. “Equipment” - a product with operational or nonoperational parts, whether motorized or manually operated, that requires service connections, such as wiring or piping. 16. “Field Order” - a written order issued by Engineer which orders minor changes in the Work in accordance with Paragraph 9.05 but which does not involve a change in the Contract Price or the Contract Times. 17. “General Requirements” - Sections of DIVISION 1 of the Specifications. The General Requirements pertain to all sections of the Specifications. 18. “Hazardous Waste” - the term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 19. “Law” - law of the place of the Project which shall govern the performance hereunder. 20. “Laws and Regulations,” “Laws or Regulations” - laws, rules, regulations, ordinances, codes and/or orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 21. “Lien” - charges, security interests, or encumbrances on Project funds, real property, or personal property. 22. “Materials” - products substantially shaped, cut, worked, mixed, finished, refined, or otherwise fabricated, processed, or installed to form a part of the Work. 23. “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. 24. “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. 25. “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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-3 November 2025 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 is liquid at standard conditions of temperature and pressure (60o Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil 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 Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 31. “Project Manual” - The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents. 32. “Radioactive Material” - source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 33. “Resident Project Representative” - the authorized representative of Engineer who is assigned to the construction Site or any part thereof. 34. “Reference Drawings” - drawings not specifically prepared for, nor a part of, this Contract, but which contain information pertinent to the Work. 35. “Samples” - physical examples of Equipment, Materials, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 36. “Shop Drawings” - all drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 37. “Site” - lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed, including rights-of-way and easements for access thereto, and such other lands furnished by Owner which are designated for the use of Contractor. 38. “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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-4 November 2025 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, material man, or vendor. 44. “Underground Facilities” - all pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems, or water. 45. “Unit Price Work” - Work to be paid on the basis of Unit Prices. 46. “Work” - the entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, the furnishing of Bonds and insurance, furnishing labor, and furnishing and incorporating Materials and Equipment into the construction, all as required by the Contract Documents. 47. “Work Change Directive” - a written directive to Contractor, issued on or after the effective Date of the Agreement and signed by Owner and recommended by Engineer, ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in Article 4 or to emergencies under Paragraph 6.13. A Work Change Directive will not change the Contract Price or the Contract Times, but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times as provided in Paragraph 10.01B. 48. “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. 49. “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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-5 November 2025 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 the term applies shall assume all responsibilities thereto. 3. The term “approve”, when used in response to Submittals, requests, applications, inquiries, reports and claims by Contractor, will be held to limitations of Engineer’s responsibilities and duties or specified in these General Conditions. In no case will “approval” by Engineer be interpreted as a release of Contractor from responsibilities to fulfill requirements of Contract Documents. 4. When applied to Equipment and Materials, the words “furnish”, “install”, and “provide” shall mean the following: a. The word “provide” shall mean to furnish, pay for, deliver, assemble, install, adjust, clean and otherwise make Materials and Equipment fit for their intended use. b. The word “furnish” shall mean to secure, pay for, deliver to Site, unload and uncrate Equipment and Materials. c. The word “install” shall mean to assemble, place in position, incorporate in the Work, adjust, clean, and make fit for use. d. The phrase “furnish and install” shall be equivalent to the word provide.” 5. The word “day” shall constitute a calendar day of twenty-four hours measured from midnight to the next midnight. ARTICLE 2 - PRELIMINARY MATTERS 2.01 DELIVERY OF BONDS: A. When Contractor delivers the executed Agreements to Owner, Contractor shall also deliver to Owner such executed and recorded Bonds as Contractor may be required to furnish in accordance with Paragraph 5.01. 2.02 COPIES OF DOCUMENTS: A. Owner will furnish to Contractor copies of the Contract Documents as stated in the General Requirements. 2.03 COMMENCEMENT 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 90th day after the Effective Date of the Agreement. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-6 November 2025 2.04 STARTING THE PROJECT: 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, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error or discrepancy which Contractor may discover and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby; however, Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, or discrepancy in the Contract Documents, unless Contractor had actual knowledge thereof or should reasonably have known thereof. B. Within thirty (60) days after the Effective Date of the Agreement, and before Contractor starts the Work at the Site, Contractor shall submit items as noted in Document 00550 – Notice to Proceed (and as specified) to Engineer for review. C. Further, before any Work at the Site is started, Contractor shall deliver to Owner, with a copy to Engineer, certificates and other evidence of insurance requested by Owner which Contractor is required to purchase and maintain in accordance with Paragraph 5.02 (and Owner shall deliver to Contractor certificates and other evidence of insurance requested by Contractor which Owner is required to purchase and maintain in accordance with Paragraph 5.02). 2.06 PRECONSTRUCTION CONFERENCE: A. Within 60 days after the Effective Date of the Agreement, but before Contractor starts the Work at the Site, a conference attended by Contractor, Engineer, and others as appropriate will be held to discuss the schedules referred to in Paragraph 2.05B, to discuss procedures for handling Submittals, processing Applications for Payment, and to establish a working understanding among the parties as to the Work. 2.07 FINALIZING SCHEDULES: A. A schedule shall be finalized in accordance with Specification SECTION 01321. The finalized construction progress schedule will be acceptable to Engineer if it provides an 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. ARTICLE 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-7 November 2025 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 whether or not specifically called for, at no additional cost to the Owner. 1. When words which have a well-known technical or trade meaning are used to describe Work, Materials, or Equipment, such words shall be interpreted in accordance with that meaning. 2. Reference to standard specifications, manuals, or codes of any technical society, organization, or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual, or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of Owner, Contractor, or Engineer, or any of their consultants, agents, or employees from those set forth in the Contract Documents, nor shall it be effective to assign to Engineer, or any of Engineer’s consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of the Contract Documents. 3. Clarifications and interpretations of the Contract Documents shall be issued by Engineer as provided in Paragraph 9.04. C. If, during the performance of the Work, Contractor finds a conflict, error, or discrepancy in the Contract Documents, Contractor shall so report to Engineer in writing at once and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from Engineer, however, Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof or should reasonably have known thereof. D. Applicable codes and standards referenced in these Contract Documents establish minimum requirements for Equipment, Materials, and Work and are superseded by more stringent requirements of Contract Documents when and where they occur. E. 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-8 November 2025 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 Times may only be changed by a Change Order or Written Amendment. C. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in the following way: 1. A Field Order (pursuant to Paragraph 9.05). 2. Engineer’s written interpretation or clarification (pursuant to Paragraph 9.04). 3.03 OWNERSHIP AND REUSE OF DOCUMENTS: A. All Contract Documents and copies thereof furnished by Engineer shall be the property of the Owner. B. Neither Contractor nor any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with Owner shall have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer; and they shall not reuse any of the documents on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer. ARTICLE 4 - AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS 4.01 AVAILABILITY OF LANDS: A. Owner shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way and easements for access thereto, and such other lands which are designated for the use of Contractor. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by Owner, unless otherwise provided in the Contract Documents. B. 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-9 November 2025 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 Contractor and Owner. C. If Engineer and Owner find that the subsurface or latent physical conditions encountered at the Site differ materially from those specified or indicated, or which could have been reasonably interpreted from examination of the Site and available subsurface information at the time of bidding, then a Change Order will be issued by the Owner incorporating the necessary revisions. 4.03 PHYSICAL CONDITIONS - UNDERGROUND FACILITIES: A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided: 1. Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data; and, 2. Contractor shall have full responsibility for reviewing and checking all such information and data, for locating all Underground Facilities shown or indicated in the Contract Documents, for coordination of the Work with the owners of such Underground Facilities during construction, for the safety and protection thereof as provided in Paragraph 6.12 and repairing any damage thereto resulting from the Work, the cost of all of which will be considered as having been included in the Contract Price. B. Not Shown or Indicated: If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated in the Contract Documents and which Contractor could not reasonably have been expected to be aware of, Contractor shall, promptly after becoming aware thereof and before performing any Work affected thereby (except in an emergency as permitted by Paragraph 6.13), identify the owner of such Underground Facility and give written notice thereof to that owner and Engineer. Engineer will promptly review the Underground Facility to determine the extent to which the Contract Documents should be modified to reflect and 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-10 November 2025 4.04 REFERENCE POINTS: 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 the accurate replacement or relocation of such reference points by professionally qualified personnel. Contractor shall be responsible for any mistakes or loss of time that may result from their loss or disturbance. B. Contractor shall make such surveys as are required for establishing pay limits and determining quantities for progress pay estimates. He shall furnish Engineer with one copy each of all field notes of such surveys. 4.05 ASBESTOS, PCBS, PETROLEUM, HAZARDOUS WASTE, OR RADIOACTIVE MATERIAL: A. Owner shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the Site. Owner shall not be responsible for any such materials brought to the Site by Contractor, Subcontractor, Suppliers, or anyone else for whom Contractor is responsible. B. Contractor shall immediately: (i) stop all Work in connection with such hazardous condition and in any area affected thereby (except in an emergency as required by Paragraph 6.13), and (ii) notify Owner and Engineer (and thereafter confirm such notice in writing). Owner shall promptly consult with Engineer concerning the necessity for Owner to retain a qualified expert to evaluate such hazardous condition or take corrective action, if any. Contractor shall not be required to resume Work in connection with such hazardous condition or in any such affected area until after Owner has obtained any required permits related thereto and delivered to Contractor special written notice: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any special conditions 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-11 November 2025 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 of or relating to such hazardous condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this subparagraph 4.05E shall obligate Contractor to indemnify any person or entity from and against the consequences of that person’s or entity’s own negligence. E. The provisions of Paragraphs 4.02 and 4.03 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material uncovered or revealed at the Site. ARTICLE 5 - BONDS AND INSURANCE 5.01 PERFORMANCE AND OTHER BONDS: A. Contractor shall furnish performance and payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all Contractor’s obligations under the Contract Documents. These Bonds shall remain in effect at least until two years after the date when final payment is approved by Owner, except as otherwise provided by Law or Regulation or by the Contract Documents. Contractor shall also furnish such other Bonds as are required by the Contract Documents. All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed by such sureties as are named in the current list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds shall be signed by an Arkansas Agent. B. The Bonds shall be automatically increased in amount and extended in time without formal and separate amendments to cover full and faithful performance of the Contract in the event of Change Orders, regardless of the amount of time or money involved. It is Contractor’s responsibility to notify his surety of any changes affecting the general scope of the Work or change in the Contract Price or Contract Times. C. Bonds signed by an agent must be accompanied by a certified copy of the authority to act. D. 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-12 November 2025 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 where any part of the Project is located or it ceases to meet the requirements of Paragraph 5.01A, Contractor shall within five days thereafter substitute another Bond and surety, both of which must be acceptable to Owner. 5.02 INSURANCE: A. Contractor’s Liability Insurance: 1. Contractor and all of his subcontractors shall purchase and maintain such liability and other insurance as is appropriate for the Work being furnished and performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s furnishing and performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: a. Claims under workers’ compensation, disability benefits, and other similar employee benefit acts; b. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees; c. Claims for damages because of bodily injury, sickness, or disease, or death of any person other than Contractor’s employees; d. Claims for damages insured by reasonably available personal injury liability coverage which are sustained: (i) by any person as a result of an offense directly or indirectly related to the employment of such person by Contractor, or (ii) by any other person for any other reason; e. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use therefrom; 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-13 November 2025 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 B. The policies of insurance so required by paragraph 5.02A to be purchased and maintained shall: 1. with respect to insurance required by Paragraphs 5.02A.1.c through 5.02A.1.g inclusive, include as additional insureds by endorsement (subject to customary exclusion in respect of professional liability) Owner, Engineer, and Engineer’s Consultants, and include coverage for the respective officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability specified in Paragraph 5.02A.2 or required by Laws and Regulations, whichever is greater; 3. with respect to insurance required by paragraphs 5.02A1.c through 5.02A1.g inclusive, include premises/operations, products, completed operations, independent contractors, and personal injury insurance,; 4. include in the Commercial General Liability policy, contractual liability insurance covering Contractor’s indemnity obligations under Paragraphs 6.06, 6.10, and 6.16, and written for not less than the limits of liability and coverages specified above; 5. contain a provision or endorsement that the coverage afforded will not be cancelled, materially changed, or renewal refused until at least 30 days’ prior written notice by certified mail has been given to Owner and Contractor and to each other additional insured to whom a certificate of insurance has been issued; 6. provide Broad Form Property Damage coverage and contain no exclusion commonly referred to as XC&U exclusion) relative to blasting, earthquake, flood, explosion, collapse of buildings, or damage to underground property; 7. 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-14 November 2025 11. 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 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) under such policies for losses and damages so caused. As required by Paragraph 6.05D, each subcontract between Contractor and a Subcontractor shall contain similar waiver provisions by the Subcontractor in favor of Owner, Contractor, Engineer, Engineer’s Consultants, and all other parties endorsed as insureds or additional insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to proceeds of insurance held by Owner as trustee or otherwise payable under any policy so issued. with respect to the Commercial General Liability policy, the maximum deductible allowed shall be $5,000. C. Owner’s Protective Liability Insurance: 1. Contractor shall be responsible for purchasing and maintaining Owner’s Protective Liability insurance with Owner, and Engineer as named insureds. 2. This insurance shall have the same limits of liability as the Commercial General Liability insurance and shall protect Owner and Engineer against any and all claims and liabilities for injury to or death of persons, or damage to property caused in whole or in part by, or alleged to have been caused in whole or in part by, negligent acts or omissions of Contractor or Subcontractors or any agent, servant, worker, or employee of Contractor or Subcontractors arising from the operations under the Contract Documents. 3. This insurance may be provided by endorsement to Contractor’s Commercial General Liability insurance policy. D. Property Insurance: 1. Contractor shall purchase and maintain property insurance upon the Work at the Site in the amount 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, Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-15 November 2025 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 location that was agreed to in writing by Engineer prior to being incorporated in the Work, provided that such Equipment and Materials have been included in an Application for Payment recommended by Engineer; e. allow for partial utilization of the Work by Owner; f. include testing and startup; g. be maintained in effect until final payment (or the Owner assumes beneficial occupancy and agrees to provide insurance coverage for the facilities so occupied) is made unless otherwise agreed to in writing by Owner, Contractor, and Engineer with 30 days’ written notice to each other additional insured to whom a certificate of insurance has been issued; and h. have a deductible amount of $ 10,000. 2. Contractor shall purchase and maintain such boiler and machinery insurance or additional property insurance as required by Laws and Regulations which will include the interests of Owner, Contractor, Subcontractors, Engineer, and Engineer’s Consultants in the Work, each of whom is deemed to have an insurable interest and shall be listed as insured or additional insured parties. 3. All policies of insurance required to be purchased and maintained in accordance with Paragraph 5.02D will contain a provision or endorsement that the coverage afforded will not be cancelled or materially changed or renewal refused until at least 30 days’ prior notice by certified mail has been given to Owner and Contractor and to each additional insured to whom a certificate of insurance has been issued and will contain waiver provisions in accordance with Paragraph 5.02F below. 4. Copies of the policies shall be furnished for property insurance. Certificates will not be acceptable. E. Transit Insurance: 1. 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, Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-16 November 2025 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 or 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 Engineer’s Consultants, Owner will obtain the same, and if such waiver forms are required of any Subcontractor, Contractor shall obtain the same. 2. 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 5.02D and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors, Engineer, Engineer’s Consultants, and all 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) under such policies for losses and damages so caused. As required by Paragraph 6.05D, each subcontract between Contractor and a Subcontractor shall contain similar waiver provisions by the Subcontractor in favor of Owner, Contractor, Engineer, Engineer’s Consultants, and all other parties endorsed as insureds or additional insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to proceeds of insurance held by Owner as trustee or otherwise payable under any policy so issued. G. Receipt and Application of Insurance Proceeds: 1. Any insured loss under the policies of insurance required by Paragraph 5.02D will be adjusted with Owner and made payable to Owner as fiduciary for the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause and of Paragraph 5.02G.2. Owner shall deposit 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-17 November 2025 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 evidence 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 reasonably request If either party does not purchase or maintain all of the insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, the other party may elect to obtain equivalent insurance to protect such other party’s interests at the expense of the party who was required to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordingly. I. Partial Utilization, Acknowledgment of Property Insurer: 1. If Owner finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 14.06, no such use or occupancy shall commence before the insurers providing property insurance pursuant to Paragraph 5.02D have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be cancelled or lapse on account of any such partial use or occupancy. ARTICLE 6 - CONTRACTOR’S RESPONSIBILITIES 6.01 SUPERVISION AND SUPERINTENDENCE: A. Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for and have control over construction means, methods, techniques, 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-18 November 2025 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: A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. Except in connection with the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise indicated in the Contract Documents. B. Unless otherwise specified in the General Requirements, Contractor shall furnish and assume full responsibility for all Equipment and Materials, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the furnishing, performance, testing, start-up, and completion of the Work. C. All Equipment and Materials shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by Engineer, Contractor shall furnish to Engineer satisfactory evidence (including reports of required tests) as to the kind and quality of Equipment and Materials. All Equipment and Materials shall be applied, installed, connected, erected, used, cleaned, and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any such instructions will be effective to assign to Engineer, or any of Engineer’s consultants, agents, or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of Paragraph 9.10C and 9.10D. D. All Equipment and Materials incorporated in the Work shall be designed to meet the applicable safety standards of federal, state, and local Laws and Regulations. E. Domestic Product Procurement: As further specified elsewhere in these or referenced documents. 6.03 ADJUSTING PROGRESS SCHEDULE: A. Contractor 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 applicable thereto. 6.04 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-19 November 2025 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, it may be considered by Engineer as an “or-equal” item, in which case review and approval of the proposed item may, in Engineer’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For purposes of this Paragraph 6.04A.1, a proposed item of Equipment or Material will be considered functionally equal to an item so named if: a. In the exercise of reasonable judgment Engineer determines that: (i) it is at least equal in quality, durability, appearance, strength, and design characteristics; (ii) it will reliably perform at least equally well the function imposed by the design concept of the completed Project as a functioning whole, and; b. Contractor certifies that: (i) there is no increase in cost to Owner; and ii) it will conform substantially, even with deviations, to the detailed requirements of the item named in the Contract Documents. c. “Or-Equal” will not be considered until after Award of Contract. 2. Substitute Items: a. If in Engineer’s sole discretion an item of Equipment or Material proposed by Contractor does not qualify as an “or-equal” item under Paragraph 6.04A.1, it will be considered a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow Engineer to determine that the item of Equipment or Material proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of Equipment or Materials will not be accepted by Engineer from anyone other than Contractor. c. The procedure for review by Engineer will be as set forth in Paragraph 6.04A.2.d, as may be supplemented in the General Requirements 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-20 November 2025 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 by any resulting change, all of which will be considered by Engineer in evaluating the proposed substitute item. Engineer may require Contractor to furnish additional data about the proposed substitute item. e. Substitute items will not be considered until after Award of Contract. B. If a specific means, method, technique, sequence, or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or use a substitute means, method, sequence, technique, or procedure of construction acceptable to Engineer, if Contractor submits sufficient information to allow Engineer to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedure for review by Engineer will be similar to that provided in Paragraph 6.04A.2 as applied by Engineer and as may be supplemented in the General Requirements. C. Engineer will be allowed a reasonable time within which to evaluate each proposed substitute or “or-equal” item. Engineer will be the sole judge of acceptability, and no substitute or “or-equal” will be ordered, installed, or used until Engineer’s review is complete, which will be evidenced by either (i) a Change Order for a substitute, or ii) an approved Submittal for an “or-equal.” Owner may require Contractor to furnish at Contractor’s expense a special performance guarantee or other surety with respect to any substitute. D. Engineer will record time required by Engineer and, Engineer’s Consultants, in evaluating substitute proposed or submitted by Contractor pursuant to Paragraphs 6.04A.2 and 6.04B and in making changes in the Contract Documents or in the provisions of any other direct contract with Owner for work on the Project occasioned thereby. Whether or not Engineer approves a substitute item so proposed or submitted by Contractor, Contractor shall reimburse Owner for the charges of, Engineer, and Engineer’s Consultants for evaluating each such proposed substitute. 6.05 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS: A. 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-21 November 2025 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 Amendment signed. No acceptance by Owner or Engineer of any such Subcontractor, Supplier, or other person or organization shall constitute a waiver of any right of Owner or Engineer to reject defective Work. C. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractors, Suppliers, and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with Contractor just as Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between Owner, or Engineer and any such Subcontractor, Supplier, or other person or organization, nor shall it create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other person or organization except as may otherwise be required by Laws and Regulations. D. All Work performed for Contractor by a Subcontractor will be pursuant to an appropriate agreement between Contractor and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer and contains waiver provisions as required by Paragraph 5.02F. Contractor shall pay each Subcontractor a just share of any insurance moneys received by Contractor on account of losses under policies issued pursuant to Paragraph 5.02D. 6.06 PATENT FEES AND ROYALTIES: A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of Owner or Engineer its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner in the Contract Documents. B. 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-22 November 2025 6.07 PERMITS: 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 Work, which are applicable at the time of opening of Bids. Fees for permits issued by the City will be waived and the Permits issued by the City necessary for the work are required. Contractor shall pay all charges of utility owners for connections to the Work, and Owner shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. 6.08 LAWS AND REGULATIONS: A. Contractor shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Engineer shall be responsible for monitoring Contractor’s compliance with any Laws or Regulations. B. If Contractor observes that the Specifications or Drawings are at variance with any Laws or Regulations, Contractor shall give Engineer prompt written notice thereof, and any necessary changes will be authorized by one of the methods indicated in Paragraph 3.02. If Contractor performs any Work knowing or having reason to know that it is contrary to such Laws or Regulations, and without such notice to Engineer, Contractor shall bear all costs arising therefrom; however, it shall not be Contractor’s primary responsibility to make certain that the Specifications and Drawings are in accordance with such Laws and Regulations. 6.09 TAXES: A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid or withheld by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.10 USE OF PREMISES: A. Contractor shall confine construction equipment, the storage of Equipment and Materials, and the operations of workers to the Project Site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted 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 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-23 November 2025 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, rubbish, and debris from and about the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials, and shall leave the Site clean and ready for occupancy by Owner. Contractor shall restore to original condition all property not designated for alteration by the Contract Documents. C. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.11 RECORD DOCUMENTS: A. Contractor shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Test Records, Field Orders, and written interpretations and clarifications (issued pursuant to Paragraph 9.04) in good order and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Submittals shall be available to Engineer for reference. Upon completion of the Work, these record documents and Submittals shall be delivered to Engineer for Owner. B. Receipt and acceptance of record documents will be a prerequisite for final payment on the Contract. 6.12 SAFETY AND PROTECTION: A. Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury, or loss to: 1. All employees on the Work and other persons and organizations who may be affected thereby; 2. All the Work and Materials and Equipment to be incorporated therein, whether in storage on or off the Site; and 3. 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-24 November 2025 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 or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor). Contractor’s duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor in accordance with Paragraph 14.09A that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). C. Contractor shall designate a responsible representative at the Site whose duty shall be the prevention of accidents. This person shall be Contractor’s superintendent unless otherwise designated in writing by Contractor to Owner and Engineer. 6.13 EMERGENCIES: A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor, without special instruction or authorization from Engineer or Owner, is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If Engineer determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order will be issued to document the consequences of the changes or variations. 6.14 SUBMITTALS: A. After checking and verifying all field measurements and after complying with applicable procedures specified in the General Requirements, Contractor shall submit to Engineer for review and acceptance by Engineer, in accordance with the accepted schedule of submissions, copies of Submittals which will bear the required information that Contractor has satisfied Contractor’s responsibilities under the Contract Documents with respect to the review of the submission. All submissions will be identified as Engineer may require. The data shown on Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to enable Engineer to review the information as required. B. 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-25 November 2025 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 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 item as such will not indicate approval of the assembly in which the item functions. Contractor shall make corrections required by Engineer, and shall return the required number of corrected copies of Submittals and resubmit as required for review and acceptance. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous Submittals. E. Engineer’s review and acceptance of Submittals shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents. Contractor shall in writing call Engineer’s attention to each and every variation at the time of submission. Engineer will show approval of each such variation by a specific written notation thereof incorporated in or accompanying the Submittal. Acceptance by Engineer shall not relieve Contractor from responsibility for errors or omissions in the Submittals. F. Where a Submittal is required by the Specifications, any related Work performed prior to Engineer’s review and acceptance of the pertinent submission will be the sole expense and responsibility of Contractor. 6.15 CONTINUING THE WORK: A. Contractor shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with Engineer or Owner. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by Paragraph 15.03 or as Contractor and Owner may otherwise agree in writing. 6.16 INDEMNIFICATION: A. 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, and other consultants and subcontractors of each and any of them from and against all claims, damages, losses and expenses, direct, indirect, or consequential (including but not limited to fees and charges of engineers, architects, attorneys and other professionals, and court and arbitration 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-26 November 2025 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 workers’ or workmen’s compensation acts, disability benefit acts, or other employee benefit acts. C. The obligations of Contractor under Paragraph 6.16A shall not extend to the liability of Engineer, Engineer’s Consultants, agents, or employees arising out of: 1. The preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs, or specifications. 2. The giving of or the failure to give communications by Engineer, their agents, or employees provided such giving or failure to give is the primary cause of injury or damage. D. If necessary for enforcement of any indemnification and hold harmless requirement herein, or if applicable law requires the Contractor to obtain specified limits of insurance to insure any indemnity obligation; then Contractor shall obtain such applicable coverage with minimum limits not less than any specified in Paragraph 5.02B herein, the cost to be recovered and included in the Contract Price, and any indemnity attributable to the negligence of any indemnified party shall be limited to such insurance. ARTICLE 7 - OTHER WORK 7.01 RELATED WORK AT SITE: A. Owner may perform other work related to the Project at the Site by Owner’s own forces, have other work performed by utility owners, or let other direct contracts therefor which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work; and, if Contractor believes that such performance will involve additional expense to Contractor or requires additional time and the parties are unable to agree as to the extent thereof, Contractor may make a claim therefor as provided in Articles 11 and 12. B. 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-27 November 2025 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 fit and proper for integration with Contractor’s Work except for latent or nonapparent defects and deficiencies in the other work. 7.02 COORDINATION: A. If Owner contracts with others for the performance of other work on the Project at the Site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the General Requirements, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided. ARTICLE 8 - OWNER’S RESPONSIBILITIES 8.01 COMMUNICATIONS: A. Owner shall issue all communications to Contractor through Engineer. 8.02 CHANGE OF ENGINEER : A. In case of termination of the employment of Engineer, Owner shall appoint, subject to the requirements of Section 00001 CERTIFICATIONS and Arkansas State Law an engineer against whom Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Engineer. Any dispute in connection with such appointment shall be addressed as discussed in Article 16. 8.03 REQUIRED DATA: A. Owner shall furnish the data required of Owner under the Contract Documents promptly and shall make payments to Contractor promptly after they are due as provided in Paragraphs 14.04A and 14.09A. 8.04 LANDS AND EASEMENTS: A. Owner’s duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.04. 8.05 INSURANCE: 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-28 November 2025 8.07 INSPECTIONS AND TESTS: 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 or authority over, nor 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. Owner will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. ARTICLE 9 - ENGINEER’S STATUS DURING CONSTRUCTION 9.01 OWNER’S REPRESENTATIVE: A. Engineer will be Owner’s representative during the construction period. The duties and responsibilities and the limitations of authority of Engineer as Owner’s representative during construction are set forth in the Contract Documents and shall not be extended without written consent of Owner and Engineer. B. Owner and Contractor are reminded of the requirements of Arkansas State Law §22- 9-101. Observation by registered professionals required. 9.02 VISITS TO SITE: A. Engineer will make visits to the Site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or continuous on-Site inspections to check the quality or quantity of the Work. Engineer’s efforts will be directed toward providing for Owner a greater degree of confidence that the completed 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. 9.03 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-29 November 2025 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 clarifications or interpretations of the requirements of the Contract Documents (in the form of drawings or otherwise) as Engineer may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If Contractor believes that a written clarification or interpretation justifies an increase in the Contract Price or an extension of the Contract Times and the parties are unable to agree to the amount or extent thereof, Contractor may make a claim therefor as provided in Article 11 or Article 12. 9.05 AUTHORIZED VARIATIONS IN WORK: A. Engineer may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on Owner, and also on Contractor who shall perform the Work involved promptly. 9.06 REJECTING DEFECTIVE WORK: A. Engineer will have authority to disapprove or reject Work which Engineer believes to be defective, and will also have authority to require special inspection or testing of the Work as provided in Paragraph 13.05B, whether or not the Work is fabricated, installed, or completed. B. Resident Project Representative will have authority, subject to final decision of Engineer, to disapprove or reject any defective workmanship, Equipment, or Material. 9.07 SUBMITTALS, CHANGE ORDERS, AND PAYMENTS: A. In connection with Engineer’s responsibility for Submittals, see Paragraph 6.14. B. In connection with Engineer’s responsibilities as to Change Orders, see Articles 10, 11, and 12. C. In connection with Engineer’s responsibilities in respect of Applications for Payment, see Article 14. 9.08 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-30 November 2025 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 Documents and judge of the acceptability of the Work thereunder. Claims, disputes, and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes in the Contract Price or Contract Times will be referred initially to Engineer in writing with a request for a formal decision in accordance with this Paragraph, which Engineer will render in writing within a reasonable time. Written notice of each such claim, dispute, and other matter will be delivered by the claimant to Engineer and the other party to the Agreement promptly (but in no event later than 30 days) after the occurrence of the event giving rise thereto, and written supporting data shall be delivered to Engineer and the other party within 60 days after such occurrence unless Engineer allows an additional period of time to ascertain more accurate data in support of the claim. Owner may request written review by Engineer of claims, disputes, and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents. B. When functioning as interpreter and judge under Paragraphs 9.08 and 9.09A, Engineer will not show partiality to Owner or Contractor and Engineer will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by Engineer with respect to any such claim, dispute, or other matter (except any which have been waived by the making or acceptance of final payment as provided in Paragraph 14.11) will be a condition precedent to any exercise by Owner or Contractor of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute, or other matter. 9.10 LIMITATIONS ON ENGINEER’S RESPONSIBILITIES: A. Neither Engineer’s authority to act under this Article 9 or elsewhere in the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of Engineer to Contractor, any Subcontractor, any Supplier, or any other person or organization performing any of the Work, or to any surety for any of them. B. 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-31 November 2025 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 failure to perform or furnish the Work in accordance with the Contract Documents. D. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. E. The presence or absence of Engineer, or any of their representatives will not act to relieve Contractor of any responsibility or of any guarantee of his performance. Neither will observation by Engineer, or any of their representatives in any way be understood to relieve Contractor of any responsibility for proper supervision of the Work at all times. F. Review by Engineer of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by Paragraph 14.08A will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with, the Contract Documents. G. The limitations upon authority and responsibility set forth in this Paragraph 9.10 shall also apply to Engineer’s Consultants, Resident Project Representative, and assistants. ARTICLE 10 - CHANGES IN THE WORK 10.01 GENERAL: A. Without invalidating the Agreement and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in the Work; these will be authorized by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which shall be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). 1. There shall be no changes without prior written approval of the Engineer of Record and/or the City’s designated Professional Engineer. B. 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-32 November 2025 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 Work under Paragraph 13.09 or correcting defective Work under Paragraph 13.10, or are agreed to by the parties; 2. Changes in the Contract Price or Contract Times which are agreed to by the parties; and 3. Changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph 9.09A, provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the progress schedule as provided in Paragraph 6.15. E. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be Contractor’s responsibility, and the amount of each applicable Bond will be adjusted accordingly. ARTICLE 11 - CHANGE OF CONTRACT PRICE 11.01 GENERAL: A. The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to Contractor for performing the Work. All duties, responsibilities, and obligations assigned to or undertaken by Contractor shall be at his expense without change in the Contract Price. B. The Contract Price may only be changed by a Change Order or a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to Engineer promptly (but in no event later than 30 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within 60 days after 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-33 November 2025 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 for overhead and profit not necessarily in accordance with Paragraph 11.03A.2.a. 3. On the basis of the Cost of the Work (determined as provided in Paragraphs 11.02A and 11.02B) plus a Contractor’s Fee for overhead and profit (determined as provided in Paragraphs 11.03A and 11.03B). 11.02 COST OF THE WORK: A. The term Cost of the Work means the sum of all costs necessarily incurred and paid by Contractor in the proper performance of the Work. Except as otherwise may be agreed to in writing by Owner, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in Paragraph 11.02B. 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers’ or workmen’s compensation, health and retirement benefits, bonuses, sick leave, vacation, and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the Site. The expenses of performing Work after regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by Owner. 2. Cost of all Equipment and Materials furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers’ field services required 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. 3. 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-34 November 2025 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 temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of Contractor. c. Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by Owner with the advice of Engineer, and the costs of transportation, loading, unloading, installation, dismantling, and removal thereof - all in accordance with terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, consumer, use, or similar taxes related to the Work, and for which Contractor is liable, imposed by Laws and Regulations. e. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f. Losses and damages not compensated by insurance or otherwise, to the Work or otherwise sustained by Contractor in connection with the performance and furnishing of the Work provided they have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable; shall include settlements made with the written consent and approval of Owner. No such losses, damages, and expenses shall 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. g. The cost of utilities, fuel, and sanitary facilities at the Site. h. 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. i. 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-35 November 2025 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 or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.02A.1 or specifically covered by Paragraph 11.02A.4, all of which are to be considered administrative costs covered by the Contractor’s fee. 2. Expenses of Contractor’s principal and branch offices other than Contractor’s office at the Site. 3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital employed for the Work, and charges against Contractor for delinquent payments. 4. Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.02A.5.i above). 5. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraph 11.02A. 11.03 CONTRACTOR’S FEE: A. The Contractor’s Fee allowed to Contractor for overhead and profit shall be determined as follows: 1. A mutually acceptable fixed fee; or if none can be agreed upon, 2. A fee based on the following percentages of the various portions of the Cost of the Work: a. For costs incurred under Paragraphs 11.02A.1 and 11.02A.2, the Contractor’s Fee shall be 10%(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 (10%) 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-36 November 2025 d. No fee shall be payable on the basis of costs itemized under Paragraph 11.02A.4, 11.02A.5 and 11.02B; 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 of the net change in accordance with Paragraphs 11.03A.2.a through 11.03A.2.d, inclusive. B. Whenever the cost of any Work is to be determined pursuant to Paragraph 11.02A or 11.02B, Contractor will submit in form acceptable to Engineer an itemized cost breakdown together with supporting data. 11.04 CASH ALLOWANCES: A. Not applicable. 11.05 UNIT PRICE WORK: A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established Unit Prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer in accordance with Paragraph 9.08. B. Each Unit Price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor’s overhead and profit for each separately identified item. C. Where the quantity of any item of Unit Price Work performed by Contractor exceeds the estimated quantity of such item indicated in the Agreement by twenty-five percent or more and there is no corresponding adjustment with respect to any other item of Work and if Contractor believes that Contractor has incurred additional expense as a result thereof, Contractor may make a claim for an increase in the Contract Price in accordance with Article 11 if the parties are unable to agree as to the amount of any such increase. 11.06 RIGHT 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-37 November 2025 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 Change Order or a Written Amendment. Contractor, in undertaking to complete the Work within the Contract Times, shall take into consideration and make allowances for all of the ordinary delays and hindrances incident to such Work, whether growing out of delays in securing equipment or materials or workmen or otherwise. B. Adjustments to the Contract Times will be made for delays in completion of the Work from causes beyond Contractor’s control, including the following: 1. Federal embargoes, priority orders, or other restrictions imposed by the United States Government. 2. Unusual delay in fabrication or shipment of Equipment or Materials required in the Work, whether ordered by Contractor or furnished by Owner or others under separate contract. 3. Strikes and other labor disputes. 4. Delays caused by court proceedings. 5. Change Orders. 6. Neglect, delay, or default of any other contractor employed by Owner. 7. Unusual construction delays resulting from weather conditions abnormal to the geographical area and to the season of the year such as above normal continuous days of precipitation, above normal amount of precipitation within a 24 hour period, or above normal days of extreme cold or hot temperature conditions affecting installation / application due to manufacturers or specifications limitations. These conditions will not be cause for extensions of time if abnormal weather conditions do not affect the stage of construction. 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-38 November 2025 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 portions of the Work, or which do not directly affect the time required for completion of the entire Work. E. Any claim for an extension to the Contract Times shall be delivered in writing to Owner and Engineer within ten days of the occurrence of the event giving rise to the claim. All claims for adjustment to the Contract Times will be determined by Engineer if Owner and Contractor cannot otherwise agree. Any change to the Contract Times resulting from any such claim will be incorporated in a Change Order or a Written Amendment. F. All time limits stated in the Contract Documents are of the essence of the Agreement. The provisions of this Article 12 shall not exclude recovery for damages including but not limited to fees and charges of engineers, architects, attorneys and other professionals, and court and arbitration costs) for delay by either party. ARTICLE 13 - WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 13.01 WARRANTY AND GUARANTEE: A. Contractor warrants and guarantees to Owner and Engineer that all Work will be in accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to Contractor. All defective Work, whether or not in place, may be rejected, corrected or accepted as provided in this Article 13. B. No provision in the Contract Documents nor any specified guarantee time limit shall be held to limit Contractor’s liability for defects to less than the legal limit of liability in accordance with the Law. C. All Equipment and Materials furnished by Contractor for the Work shall carry a written guarantee from the manufacturer or Supplier of such items when called for in the Specifications. Written guarantees shall be submitted to Engineer with other Submittals. Engineer will transmit such guarantees to Owner for review. 13.02 ACCESS TO THE WORK: A. 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-39 November 2025 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 13.05B shall be paid as provided in said Paragraph 13.05B; and 3. as otherwise specifically provided in the Contract Documents. C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) to specifically be inspected, tested, or approved, Contractor shall assume full responsibility therefor, pay all costs in connection therewith, and furnish Engineer the required certificates of inspection, testing, or approval. D. Contractor shall also be responsible for and shall pay all costs in connection with any inspection or testing required in connection with Owner’s or Engineer’s acceptance of a Supplier of Materials or Equipment proposed to be incorporated in the Work, or of Materials or Equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. E. All inspections, tests, or approvals other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to Owner and Contractor (or by Engineer if so specified). F. If any Work (including the work of others) that is to be inspected, tested, or approved is covered without written concurrence of Engineer, it must, if requested by Engineer, be uncovered for observation. Such uncovering shall be at Contractor’s expense unless Contractor has given Engineer timely notice of Contractor’s intention to cover the same and Engineer has not acted with reasonable promptness in response to such notice. G. Neither observations by Engineer nor inspections, tests, or approvals by others shall relieve Contractor from Contractor’s obligations to perform the Work in accordance with the Contract Documents. 13.04 DEFECTIVE WORK: A. The term “defective” is used in these documents to describe Work that is unsatisfactory, faulty, not in conformance with the requirements of the Contract Documents, or not meeting the requirements of any inspection, test, approval, or acceptance required by Law or the Contract Documents. B. 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-40 November 2025 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 uncovering, exposure, observation, inspection, and testing and of satisfactory reconstruction, including but not limited to fees and charges of engineers, architects, attorneys, and other professionals); 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, may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, Contractor may make a claim therefor as provided in Articles 11 and 12. 13.06 OWNER MAY STOP THE WORK: A. If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Owner may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop the Work shall not give rise to any duty on the part of Owner to exercise this right for the benefit of Contractor or any other party. 13.07 CORRECTION OR REMOVAL OF DEFECTIVE WORK: A. If required by Engineer, Contractor shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by Engineer, remove it from the Site and replace it with nondefective Work. Contractor shall bear all direct, indirect, and consequential costs of such correction or removal (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals) made necessary thereby. 13.08 TWO-YEAR WARRANTY AND CORRECTION PERIOD: A. Before final acceptance of the project, the contractor shall provide a maintenance bond 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-41 November 2025 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 defective Work, Owner and, prior to Engineer’s recommendation of final payment, also Engineer prefers to accept it, Owner may do so. Contractor shall bear all direct, indirect, and consequential costs attributable to Owner’s evaluation of and determination to accept such defective Work (such costs to be approved by Engineer as to reasonableness and to include but not be limited to fees and charges of engineers, architects, attorneys, and other professionals). If any such acceptance occurs prior to Engineer’s recommendation of final payment, 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 provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to Owner. 13.10 OWNER MAY CORRECT DEFECTIVE WORK: A. If Contractor fails within a reasonable time after written notice of Engineer to proceed to correct and to correct defective Work or to remove and replace rejected Work as required by Engineer in accordance with Paragraph 13.07, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, Owner may, after seven days’ written notice to Contractor, correct and remedy any such deficiency. In exercising the rights and remedies under this Paragraph, Owner shall proceed expeditiously. B. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from all or part of the Site, take possession of all or part of the Work, and suspend Contractor’s services related thereto, take possession of Contractor’s tools, appliances, construction equipment, and machinery at the Site and incorporate in the Work all Equipment and Materials stored at the Site or for which Owner has paid Contractor but which are stored elsewhere. C. 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-42 November 2025 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. E. Contractor shall not be allowed an extension of the Contract Times because of any delay in performance of the Work attributable to the exercise by Owner of Owner’s rights and remedies hereunder. ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 SCHEDULE OF VALUES: A. The schedule of values established will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to Engineer. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 APPLICATION FOR PROGRESS PAYMENT: A. Not later than the 15th day of each month, or on the next business day thereafter, (but not more often than once a month), Contractor shall submit to Engineer for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. B. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that all previous progress payments received on account of the Work have been applied on account to discharge Contractor’s legitimate obligations associated with prior Applications for Payment. C. If payment is requested on the basis of Equipment and Materials not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that Owner has received the Equipment and Materials free and clear of all liens, charges, security interests, and encumbrances which are hereinafter in these General Conditions referred to as “Liens”) and evidence that the Equipment and Materials are covered by appropriate property insurance and other arrangements to protect Owner’s interest therein, all of which will be satisfactory to Owner. D. The amount of retainage with respect to progress payments will be as stipulated in Paragraph 14.04G. 14.03 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-43 November 2025 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, within 30 days. All efforts will be made to make payments within the 30 day period, but the Owner cannot guarantee the 30 days maximum time. B. Engineer’s recommendation of any payment requested in an Application for Payment will constitute a representation by Engineer to Owner, based on Engineer’s on-Site observations of the Work in progress as experienced and qualified design professionals and on Engineer’s review of the Application for Payment and the accompanying data and schedules that the Work has progressed to the point indicated; that, to the best of Engineer’s knowledge, information, and belief, the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under Paragraph 9.08, and to any other qualifications stated in the recommendation); and that Contractor is entitled to payment of the amount recommended. However, by recommending any such payment, Engineer will not thereby be deemed to have represented that exhaustive or continuous on-Site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to Engineer in the Contract Documents, or that there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by Owner or Owner to withhold payment to Contractor. C. Engineer’s recommendation of final payment will constitute an additional representation by Engineer to Owner that the conditions precedent to Contractor’s being entitled to final payment as set forth in Paragraph 14.09 have been fulfilled. D. Engineer may refuse to recommend the whole or any part of any payment if, in Engineer’s opinion, it would be incorrect to make such representations to Owner. Engineer may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in Engineer’s opinion to protect Owner from loss because: 1. The Work is defective, or completed Work has been damaged requiring correction or replacement. 2. Written claims have been made against Owner or Liens have been filed in connection with the Work. 3. The Contract Price has been reduced by Written Amendment or Change Order 4. Owner has been required to correct defective Work or complete Work in accordance with Paragraph 13.10, 5. Of Engineer’s ’actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02B. 6. Of Contractor’s unsatisfactory prosecution of the Work in accordance with the Contract Documents. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-44 November 2025 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 Engineer because claims have been made against Owner on account of Contractor’s performance of furnishing of the Work, or Liens have been filed in connection with the Work, or there are other items entitling Owner to a set-off against the amount recommended, but Owner must give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action. F. When all grounds for withholding payment are removed, payment will be made in the amounts withheld because of them. G. Progress payments will be in the amount of 95% of the amount of the Work completed and 100% of Equipment and Materials suitably stored and documented as indicated on the Application for Payment less the sum of all previous payments. The owner may forego withholding retainage of the progress payments if the construction contract is fifty-percent (50%) complete and the contractor has provided the work in a satisfactory manner. 14.05 SUBSTANTIAL COMPLETION: A. When Contractor considers the entire Work ready for its intended use, Contractor shall notify Owner and Engineer in writing that the entire Work is substantially complete (except for items specifically listed by Contractor as incomplete) and request that Engineer issue a certificate of Substantial Completion. B. Within a reasonable time thereafter, Contractor, and Engineer shall make an inspection of the Work to determine the status of completion. If Engineer does not consider the Work substantially complete, Engineer will notify Contractor in writing giving his reasons therefor. If Engineer considers the Work substantially complete, Engineer will prepare and deliver to Owner a tentative certificate of Substantial Completion which will fix the Date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. C. Owner shall have seven days after receipt of the tentative certificate during which to make 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-45 November 2025 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 definitive certificate of Substantial Completion, Engineer’s aforesaid recommendation will be binding on Owner and Contractor until final payment. F. Owner shall have the right to exclude Contractor from the Work after the Date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative list. 14.06 PARTIAL UTILIZATION: A. Use by Owner of any finished part of the Work, which has specifically been identified in the Contract Documents, or which Owner, Engineer, and Contractor agree constitutes a separately functioning and useable part of the Work that can be used by Owner without significant interference with Contractor’s performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 1. Owner at any time may request Contractor in writing to permit Owner to use any such part of the Work which Owner believes to be ready for its intended use and substantially complete. If Contractor agrees, Contractor will certify to Owner and Engineer that said part of the Work is substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. Contractor at any time may notify Owner and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, Owner, Contractor, and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner and Contractor in writing giving the reasons therefor. If Engineer considers that part of the Work to be substantially complete, the provisions of Paragraph 14.05 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 2. 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-46 November 2025 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 items 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 Paragraph 5.02I in respect of property insurance. 14.07 FINAL INSPECTION: A. Upon written notice from Contractor that the Work or an agreed portion thereof is complete, Engineer will make a final inspection with Owner, Engineer, and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to remedy such deficiencies. 14.08 FINAL APPLICATION FOR PAYMENT: A. After Contractor has completed all such corrections to the satisfaction of Engineer and delivered all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, marked-up record documents, and other documents all as required by the Contract Documents, and after Engineer has indicated that the Work is acceptable (subject to the provisions of Paragraph 14.11), Contractor may make application for final payment following the procedure for progress payments. B. The final Application for Payment shall be accompanied by all documentation called for in the Contract Documents, together with complete and legally effective releases or waivers (satisfactory to Owner) of all Liens arising out of or filed in connection with the Work. In lieu thereof and as approved by Owner, Contractor may furnish receipts or releases in full; an affidavit of Contractor that the releases and receipts include all labor, services, Material, and Equipment for which a Lien could be filed, and that all payrolls, Equipment and Material bills, and other indebtedness connected with the Work for which Owner or Owner’s property might in any way be responsible, have been paid or otherwise satisfied; and consent of the surety, if any, to final payment. If any Subcontractor or Supplier fails to furnish a release or receipt in full, Contractor may furnish a Bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. 14.09 FINAL PAYMENT AND ACCEPTANCE: A. 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-47 November 2025 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 significantly delayed and if Engineer so confirms, Owner shall, upon receipt of Contractor’s final Application for Payment and recommendation of Engineer, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. The written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. C. The Final Pay Estimate will include all sums remaining to be paid. 14.10 CONTRACTOR’S CONTINUING OBLIGATION: A. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by Engineer, nor the issuance of a certificate of Substantial Completion, nor any payment by Owner to Contractor under the Contract Documents, nor any use or occupancy of the Work or any part thereof by Owner, nor any act of acceptance by Owner nor any failure to do so, nor any review and approval of a Submittal, nor the issuance of a notice of acceptability by Engineer pursuant to Paragraph 14.09, nor any correction of defective Work by Owner will constitute an acceptance of Work not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents (except as provided in Paragraph 14.11). 14.11 WAIVER OF CLAIMS: The making and acceptance of final payment will constitute: A. A waiver of all claims by Owner against Contractor, except claims arising from unsettled Liens, from defective work appearing after final inspection pursuant to Paragraph 14.07, or from failure to comply with the Contract Documents or the terms of any special guarantees specified therein; however, it will not constitute a waiver by Owner of any rights in respect of Contractor’s continuing obligations under the Contract Documents; and B. A waiver of all claims by Contractor against Owner other than those previously made in writing and still unsettled. 14.12 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-48 November 2025 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: A. Upon the occurrence of any one or more of the following events: 1. If Contractor commences a voluntary case under any chapter of the Bankruptcy Code (Title 11, United States Code), as now or hereafter in effect, or if Contractor takes any equivalent or similar action by filing a petition or otherwise under any other federal or state Law in effect at such time relating to the bankruptcy or insolvency; 2. If a petition is filed against Contractor under any chapter of the bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against Contractor under any other federal or state Law in effect at the time relating to bankruptcy or insolvency; 3. If Contractor makes a general assignment for the benefit of creditors; 4. If a trustee, receiver, custodian, or agent of Contractor is appointed under applicable Law or under contract, whose appointment or authority to take charge of property of Contractor is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of Contractor’s creditors; 5. If Contractor admits in writing an inability to pay its debts generally as they become due; 6. If Contractor persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable Equipment or Materials or failure to adhere to the progress schedule established under Paragraph 2.07 as revised from time to time); 7. If Contractor disregards Laws or Regulations of any public body having jurisdiction; 8. If Contractor disregards the authority of Engineer; or 9. If Contractor otherwise violates in any substantial way any provisions of the Contract Documents; B. Owner 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-49 November 2025 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 termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due to Contractor by Owner will not release Contractor from liability. D. Upon ten days’ written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy, elect to abandon the Work and terminate the Agreement. In such case, Contractor shall be paid for all Work executed and any expense sustained plus reasonable termination expenses, which will include, but not be limited to, direct, indirect, and consequential costs (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals, and court and arbitration costs). 15.03 CONTRACTOR MAY STOP WORK OR TERMINATE: A. If, through no act or fault of Contractor, the Work is suspended for a period of more than 90 days by Owner or under an order of court or other public authority, or Engineer fails to act on any Application for Payment within 30 days after it is submitted, or Owner fails for 30 days to pay Contractor any sum finally determined to be due, then Contractor may, upon ten days’ written notice to Owner and Engineer, terminate the Agreement and recover from Owner payment for all Work executed and any expense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if Engineer has failed to act on an Application for Payment or Owner has failed to make any payment as aforesaid, Contractor may upon ten days’ written notice to Owner and Engineer stop the Work until payment of all amounts then due. The provisions of this Paragraph shall not relieve Contractor of the obligations under Paragraph 6.15 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with Owner. ARTICLE 16 - RESOLUTION OF DISPUTES 16.01 RESOLUTION OF CLAIMS AND DISPUTES A. Contractor’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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-50 November 2025 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 obtain appropriate documentation. D. If a claim has been denied or if no action has been taken in the manner provided in Paragraphs 16.01A or 16.01B, then the claimant, within ten (10) days thereafter, may notify the Owner, the other party, and Contractor’s surety that Engineer and Contractor have been unable to resolve the claim. In that event, the Owner, pursuant to Paragraph 16.01E shall review the claim and make a decision on the claim. E. If a claim is presented to the Owner, then the Owner shall review the claim and make a decision within fourteen (14) days. F. Disputes that cannot be settled through negotiation or the procedures in Paragraphs 16.01A through 16.01E above, shall be settled as mutually agreed or in a court of competent jurisdiction within the State of Arkansas. G. Arbitration shall not be used in the settlement of disputes. ARTICLE 17 - MISCELLANEOUS 17.01 GIVING NOTICE: A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 COMPUTATION OF TIME: A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the Law of the applicable jurisdiction, such day will be omitted from the computation. B. 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 party’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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-51 November 2025 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, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents, and the provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. All representations, warranties, and guarantees made in the Contract Documents will survive final payment and termination or completion of the Agreement. 17.04 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contactor 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 photocopying costs pursuant to the FOIA may be assessed for this compliance. END OF SECTION 00700 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00700 – GENERAL CONDITIONS (continued) 00700-General Conditions 00700-52 November 2025 THIS PAGE INTENTIONALLY LEFT BLANK Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00800 – SUPPLEMENTAL CONDITONS 00800 Supplemental_Conditions 00800-1 November 2025 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 – Baler Sump and Compost Pad Repairs, Bid 25-53, Construction – Transfer Station Improvements. 1.02 ARKANSAS STATE LAW A.C.A. § 22-9-101 A. Comply with all Federal, State and Local laws and regulations including but not limited to Arkansas Code § 22-9-101 . 1. Title 22 Public Property Chapter 9 Public Works Subchapter 1 -- General Provisions A.C.A. § 22-9-101. Observation by registered professionals required. Universal Citation: AR Code § 22-9-101 (2016) a) The state or a township, county, municipality, village, or other political subdivision of the state shall not engage in the capital improvement of public works involving engineering or architecture for which the plans, specifications, and estimates have not been made by and the capital improvement executed under the observation of a professional engineer as defined in § 17-30-101 or architect as defined in § 17-15-102, in their respective areas of expertise. b) Nothing in this section shall be held to apply to any public works wherein the contemplated capital improvement expenditure: 1) For an engineering project does not exceed twenty-five thousand dollars 25,000); or 2) For an architectural 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.” 1.03 PROPERTY LINES AND MONUMENTS: A. 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00800 – SUPPLEMENTAL CONDITONS (continued) 00800 Supplemental Conditions 00800-2 November 2025 1.04 EXPLOSIVES: A. Explosives or burning shall not be used. 1.05 CLEANUP: 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 temporary structures when no further need therefore develops. 1.06 PROJECT MAINTENANCE: A. The Contractor shall maintain and keep in good repair the work contemplated under these plans, specifications, drawings, etc., and shall perform for a period as set forth in the Maintenance Bond from the date of acceptance all necessary repair, reconstruction and renewal of any part of said construction and shall furnish the labor and materials to make good and to repair any defective condition growing out of or on the account of the breakage or failure of any substance or the improper function of same. Said maintenance contemplates the complete restoration to a functional use during the said period as set forth in the Maintenance Bond. 1.07 PROTECTION OF IMPROVEMENTS: A. The Contractor shall be entirely responsible for the protection of all improvements that are not designated by the City of Fayetteville to be removed for proper construction of the project. This shall include sidewalks, building walls, existing inlets and manholes, underground utilities, shrubs, trees, signs, sod and fences. The Contractor shall be entirely responsible for the protection of all pavements adjacent to the project. 1.08 ACCIDENT REPORTING: A. The Contractor must report in writing to the City of Fayetteville all accidents whatsoever arising out of, or in connections with the performance of the work, whether on, or adjacent to, the site, which caused death, personal injury, or property damages, giving full details and statements of witnesses. In addition, if death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to the City of Fayetteville. B. If any claim is made by anyone against the Contractor or any subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the City of Fayetteville giving full details of the claim. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00800 – SUPPLEMENTAL CONDITONS (continued) 00800 Supplemental Conditions 00800-3 November 2025 1.09 ARRANGEMENTS FOR WATER 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 furnished by the Contractor. The Contractor shall make 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 Fayetteville’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. C. Backflow prevention is required on Contractor's equipment during filling operations. 1.10 USE OF FIRE HYDRANTS A. No person shall open, turn off, interfere with, attach any pipe or hose to, or connect anything with any fire hydrant, stop valve or stop cock, or tap any water main belonging to the City of Fayetteville, unless duly authorized to do so by the City of Fayetteville Water Department. B. Water utilized from fire hydrants shall be in a manner pre-approved and acceptable to the City of Fayetteville. Such use shall include metering and backflow prevention equipment acceptable to the City of Fayetteville. The Contractor is responsible for any adverse impact on the water distribution system including but not limited to damage to the system from water hammer and transient forces resulting from his filling operations. C. The Contractor shall be billed and shall pay for all water used. D. Backflow prevention is required on Contractor's equipment during filling operations. 1.11 NO TREES SHALL BE CUT. A. No tress shall be cut except upon the specific authority by the City of Fayetteville. Trees adjacent to the work shall be protected from all damage by the construction operations. 1.12 REMOVAL OF TREES, FENCES, ETC. A. Fences within the right-of-way of this project shall be kept in good repair and closed at all times, except when it is necessary to move machinery and equipment through the fence. Gates shall be closed immediately after use. When the project 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00800 – SUPPLEMENTAL CONDITONS (continued) 00800 Supplemental Conditions 00800-4 November 2025 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. 1.13 POLES, SIGNS, GUY WIRES, ETC A. All utility poles and guy wires, 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 signs are the responsibility of the Contractor. The Contractor shall be responsible for all damage to street signposts and signs within the limits of his operations that remain in place or are removed and replaced. In the event street sign posts and signs are injured or destroyed by the Contractor’s operations, they shall be replaced by the Contractor. No separate compensation will be paid for this work, but the costs thereof shall be included in such contract pay items as are provided. 1.14 EXISTING UTILITIES AND SERVICE LINES: A. Prior to the start of any excavation by the Contractor, the Contractor shall communicate with ARKANSAS ONE CALL, the proper representative of all the utility systems included but not limited to the water and sewer department, the gas company, electric company, telephone company and any other private utility companies and advise said representative of the route of the proposed construction, in order to obtain the assistance of the utility in the location of and in the avoidance of conflicting with utility lines. B. The Contractor shall be responsible for the protection of all existing utilities or service lines crossed or exposed by his construction operations. Where existing utilities or service lines are cut, broken, or damaged, the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, at his own cost and expense, with the exception of those items included in the bid schedule. C. The Contractor shall comply with the “Arkansas Underground Facilities Damage Prevention Act” including latest amendments, the Arkansas One-Call System, and shall alert potentially conflicting utility systems accordingly. D. The Contractor is responsible for protecting public and private property. The Contractor is responsible for the Contractor’s safety plan and implementation. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00800 – SUPPLEMENTAL CONDITONS (continued) 00800 Supplemental Conditions 00800-5 November 2025 1.15 EXISTING STRUCTURES: 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 claims for additional compensation 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 lines or grades, or requires the 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. 1.16 DRAINAGE: A. The Contractor shall provide at his own cost and expense all methods for adequately draining the work. No separate measurement 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. 1.17 CONSTRUCTION IN CITY STREETS AND PRIVATE DRIVES: A. It shall be the responsibility of the Contractor to build and maintain all weather bypasses and detours, if necessary, and to properly light, barricade, and mark all bypasses and detours that might be required on and across the streets involved in the work included in this contract. B. Street shall remain open to traffic at all times unless special permission for closing the street is given by the City of Fayetteville. After permission is given for closing any portion of the street, the Contractor shall be responsible for notifying the Police and Fire Department 24 (24) hours in advance of such closing. C. The Contractor shall make every effort to complete construction and allow immediate access to adjacent property at all driveway entrances located along the streets. Owners or tenants or improvements where access and/or entrance drives are located shall be notified at least eight (8) hours prior to the time the construction will be started at their driveways or entrances and informed as to the length of time driveways will be closed. D. During wet weather the Contractor shall construct temporary gravel crossings and wooden walkways to allow ingress and egress across excavated areas at no expense to the City of Fayetteville and as directed by the City of Fayetteville. E. The Contractor shall at all times, keep a sufficient width of the roadway clear of dirt and other materials to allow the free flow of traffic. The Contactor shall assume any and all responsibility for damage, person or otherwise, that may be caused by the construction along City of Fayetteville streets or private drives. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00800 – SUPPLEMENTAL CONDITONS (continued) 00800 Supplemental Conditions 00800-6 November 2025 F. If it becomes apparent that barricades do not sufficiently protect the general public and the Contractor’s workmen from traffic hazards, the Contractor may be required to furnish such flagmen and/or watchmen as may be deemed necessary to properly direct traffic. 1.18 CONSTRUCTION IN ARKANSAS HIGHWAY DEPARTMENT RIGHT-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 and 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. The Arkansas Highway Department shall be notified by the Contractor not less than five days previous to the time of his intention to begin work. 1.19 MAINTENANCE OF STORM SEWER AND UTILITIES THAT CROSS EXISTING ROADWAY: A. The Contractor shall maintain at all times during construction storm sewer and utility crossings of existing roadways at no expense to the City of Fayetteville. Storm sewers and utilities crossing existing roadways shall be back-filled in accordance with the provisions of these specifications to an elevation six inches below the elevation of the existing roadway. A six-inch thick compacted gravel base shall be constructed to the elevation of the existing pavement within the limits shall be maintained throughout the construction. Potholes appearing in the existing pavement, which in the opinion of the City of Fayetteville is a hazard to the general public, shall be filled and maintained as directed by the City of Fayetteville. 1.20 BARRICADES, LIGHTS AND WATCHMEN: A. Where the work is carried on in or adjacent to any street, alley or public place, the Contractor shall at his own cost and expense furnish and erect such barricades, fences, battery type flasher-markers and danger signals, shall provide such watchmen, and shall provide such other precautionary measures including but not limited to flagmen and detours for the protection of persons or property and of the work as are necessary. All signs, barricades, and traffic control devices shall be placed and maintained in accordance with the MANUAL FOR UNIFORM TRAFFIC CONTROL DEVICES (MUTCD), latest edition. B. From sunset to sunrise, the Contractor shall furnish and maintain at least one battery type flasher-marker at each barricade and sufficient number of barricades shall be erected to keep vehicles from being driven on or into any work under construction. The Contractor shall furnish watchmen in sufficient numbers to protect the work. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00800 – SUPPLEMENTAL CONDITONS (continued) 00800 Supplemental Conditions 00800-7 November 2025 C. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, lights, and watchmen to protect it, and whenever evidence is found of such damage, the City of Fayetteville may order the damaged portion immediately removed and replaced by the Contractor at his cost and expense. The Contractor’s responsibility for the maintenance of barricades, signs, and lights, and for providing watchmen shall not cease until the project shall have been accepted by the City of Fayetteville. D. 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) feet in width of unobstructed roadway for the use of traffic. Materials 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. 1.21 PROTECTION OF EXISTING WATER VALVE BOXES 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 the Contractor of the responsibility to prevent damage to the valve and boxes. 1.22 SURPLUS MATERIALS A. Surplus materials shall be disposed of by the Contractor at his own cost and expense in compliance with all Federal, State and Local regulations. 1.23 SALVAGED MATERIALS A. All materials removed during the construction of the project as salvaged materials shall be removed, cleaned, hauled to and stacked on the City of Fayetteville’s grounds. Salvaged materials shall be the property of the City of Fayetteville. 1.24 FINAL CLEAN-UP A. Upon completion of the work and before acceptance and final payment, the Contractor shall clean, remove rubbish, unused materials and temporary structures from the limits of the project and restore in a manner acceptable to the Engineer, all property, both public and private, that has been damaged by the Contractor during the prosecution of the work, and shall level and grade all portions of the work where the surface of the natural ground or street surface has been disturbed during construction and shall leave the site of the work in a neat and presentable condition, free from ruts or holes. B. Material cleared from the limits of the project and deposited on adjacent property will not be considered satisfactory unless prior approval is obtained from the property owner involved, the work is accomplished to the satisfaction of the City of Fayetteville, and a proper City of Fayetteville grading permit is issued, if required. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 00800 – SUPPLEMENTAL CONDITONS (continued) 00800 Supplemental Conditions 00800-8 November 2025 1.25 PRIVATE PROPERTY ACCESS A. 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. All equipment used on the project shall be clearly marked with the Contractor’s name and LOGO. Subcontractor equipment shall also be similarly marked. 1.27 TRENCH SAFETY SYSTEM - CONTRACTOR A. Should excavation by the contractor become necessary then the Contractor shall comply with Specification 02003 - TRENCH SAFETY/PROTECTIVE SYSTEMS. PART 2 - PRODUCTS – NOT APPLICABLE. PART 3 - EXECUTION – NOT APPLICABLE. END OF SECTION 00800Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01110-SUMMARY OF WORK 01110-Summary of Work 01110-1 November 2025 PART 1 - GENERAL 1.01 SUMMARY: A. This Section summarizes the Work and supplements the information detail in the complete Contract Documents. B. Owner: The City of Fayetteville, Arkansas, 113 West Mountain Street, Fayetteville, AR 72701 is contracting for Work described in the Contract Documents. 1. Contract Identification: Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs Bid 25-53, Construction – Transfer Station Improvements 2. Location: 1560 South Happy Hollow Road, Fayetteville, Arkansas 72701. C. Engineer: The Contract Documents were prepared by: 1. Hawkins-Weir Engineers, Inc. 516 East Milsap Road, Suite 103 Fayetteville, Arkansas 72703 2. Olsson 3537 North Steele Boulevard, Suite 310 Fayetteville, Arkansas 72703 1.02 PROJECT DESCRIPTION: A. Removal and replacement of the concrete lip around the existing baler sump including the removal and reinstallation of the hinged metal cover plates. B. Removal and replacement of a portion of the existing compost pad. C. Construction of a new access drive to the existing compost pad. 1.03 WORK BY OTHERS: A. Work Under Other Contracts: None. B. Work by Owner: None. C. Other Activities: None. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01110-SUMMARY OF WORK (continued) 01100-Summary of Work 01110-2 November 2025 1.04 CONTRACTOR’S USE OF PREMISES: A. During the construction period, Contractor shall have use of the property, easements and 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. 1.05 OWNER’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. 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 minimally adhere to the following outline: 1. Remove and replace the specified portion of the existing Compost Pad 2. Construct the proposed Compost Pad access drive. 3. Remove and replace the concrete lip around the existing baler sump. 4. Reinstall the hinged metal cover plates. B. 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. 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 operations to ensure that functioning of present facilities will not be disrupted. Shutdown of Owner’s operating facilities to perform the Work shall be held to a minimum length of time and shall be coordinated with Owner who shall have control over the timing and schedules of such shutdowns. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01110-SUMMARY OF WORK (continued) 01100-Summary of Work 01110-3 November 2025 1. All construction activities associated with the baler sump shall be limited to a consecutive fourteen (14) day calendar period. The Contractor shall be subject to Liquidated Damages in the amount of Two Hundred Fifty Dollars 250.00) per calendar day for each day the metal chute remains incomplete and the Recycling Processing Facility cannot be restored to its full operational capacity following the consecutive fourteen (14) day calendar period. 1.07 PREORDERED EQUIPMENT AND MATERIALS: None. 1.08 MEASUREMENT AND PAYMENT: 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 the prices set forth in the proposal for the quantity of work performed. The Contractor agrees that he will make no claim for damages, or anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and the estimated amounts therefore. C. Measurement and Payment of specific items will be as specified in each applicable Section of the Technical Specifications. D. There will be no separate pay items for the following miscellaneous construction items. Cost for these items shall be considered incidental/subsidiary to other contract bid items. 1. All Safety excluding Trench Safety. Trench Safety per specification 02003 is a Bid item. 2. Photographs of the site prior to the Work if requested by City of Fayetteville. 3. Pipeline cleaning and root removal. 4. Maintenance of Traffic. 5. Final Cleanup. 6. All other labor, equipment, materials, incidentals, tools, appurtenances, permits and not specifically listed in the Bid Form work required for a complete installation acceptable to the City of Fayetteville Trash and Recycling. E. The Contractor’s Invoice and all supporting documents shall be submitted to the City of Fayetteville Trash and Recycling. The City of Fayetteville Trash and Recycling will prepare the pay estimate based on the Contractor’s Invoice. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01110-SUMMARY OF WORK (continued) 01100-Summary of Work 01110-4 November 2025 F. Invoices shall be sent to the City of Fayetteville. They shall be itemized to include: G. 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. 5. All state and local taxes applicable. 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 to support the location and amount of work accomplished during the payment period. The Contractor’s Invoice and all supporting documents shall be submitted to the City of Fayetteville Trash and Recycling. The City of Fayetteville Trash and Recycling will prepare the pay estimate based on the Contractor’s Invoice. Invoices will include: 1. The specific bid items utilized. 2. The quantities of those bid items. 3. The location of the project. 4. The total cost for that project. 5. The total billing to date, including any change orders. 6. All state and local taxes applicable. 1.09 COPIES OF DOCUMENTS: A. Furnished Copies: After execution of Agreement, Contractor will be furnished at no cost, a maximum of three (3) sets of Contract Documents consisting of the Project Manual, in addition to those used in execution of the Agreement. B. Additional Copies: Additional copies of above documents will be supplied by Engineer upon request of Contractor and approval of Owner. C. PDF copies of above documents will be supplied by Engineer upon request of Contractor and approval of Owner. 1.10 SCHEDULE OF OWNER-SUPPLIED EQUIPMENT AND MATERIALS: A. Owner will supply refuse disposal containers and container haul-off. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01110-SUMMARY OF WORK (continued) 01100-Summary of Work 01110-5 November 2025 PART 2 – PRODUCTS - Not Applicable PART 3 – EXECUTION - Not Applicable END OF SECTION 01110 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01110-SUMMARY OF WORK (continued) 01100-Summary of Work 01110-6 November 2025 THIS PAGE INTENTIONALLY LEFT BLANK Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01250-CONTRACT MODIFICATION PROCEDURES 01250 Contract Modification Procedures 01250-1 November 2025 PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Minor changes in the Work. 2. Proposal request. 3. Work Change Directive. B. Related Sections: 1. DOCUMENT 00700 – GENERAL CONDITIONS. 2. Supplementary Conditions. 1.02 MINOR CHANGES IN THE WORK A. Engineer will advise Contractor of minor changes in Work not involving an adjustment to Contract Price or Contract Times as authorized by the DOCUMENT 00700 – GENERAL CONDITIONS, Subparagraph 9.05 by issuing Field Orders. 1. There shall be no changes without prior written approval of the Engineer of Record and/or the City’s designated Professional Engineer. 1.03 PROPOSAL REQUEST A. Owner-Initiated Proposal Requests: 1. Engineer may issue a Proposal Request, including detailed descriptions of proposed changes in the Work that may require adjustment to the Contract Price or the Contract Time. a. If necessary, the description will include supplemental or revised Drawings and Specifications. b. Proposal Requests issued by Engineer are for information only. Do not consider them instructions either to stop Work in progress or to execute the proposed change. 2. Contractor shall submit cost proposal, including any request for an extension in Contract Times, within 14 days of receipt of Proposal Request. 3. In order to facilitate checking of Contractor's proposals 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 acceptable to the 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTON 01250- CONTRACT MODIFICATION PROCEDURES (continued) 01250 Contract Modification Procedures 01250-2 November 2025 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 indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. 1) Use available total float before requesting an extension of the Contract Time. 4. On Owner’s approval of a proposal request, Engineer will issue Change Orders for signatures by Owner and Contractor as provided in the DOCUMENT 00700 GENERAL CONDITIONS. a. Upon execution of a Change Order, Contractor shall promptly revise Construction Progress Schedule and Schedule of Values accordingly. 1.04 WORK CHANGE DIRECTIVE A. As determined by the City’s Trash and Recycling Director in the case of a change required to protect the Public and/or the City including health, safety and fiscal responsibility, and when such change must precede the normal Change Order/Modification process, then the Owner may initiate a Work Change Directive, signed by Owner and Engineer, including detailed descriptions of changes, and identifying method for determining any change in Contract Price or Contract Time, instructing Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. The Work Order Directive may be limited based upon funding approved by the City Council. 1. Contractor shall promptly execute the change. 2. Work Change Directives shall be issued on Owner's standard form. B. Contractor shall maintain detailed records for changes in the Work performed on a time and material basis. 1. Submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. C. Engineer will issue Change Order CONDITIONS. D. Upon 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 DOCUMENT 00700 – GENERAL accordingly. PART 2 – PRODUCTS - Not Applicable PART 3 – EXECUTION - Not Applicable END OF SECTION 01250 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01270 – UNIT PRICES 01270 Unit Prices 01270-1 November 2025 PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Submission procedures. 2. Changes of Contract Sum. 3. Description of Unit Prices. B. Related Sections: 1. DOCUMENT 00400– BID FORM. 2. DOCUMENT 00500 –AGREEMENT. 3. DOCUMENT 00700 – GENERAL CONDITIONS. 1.02 SUBMISSION PROCEDURES A. Submit Unit Prices for work or materials listed on the online bidding form. 1. Such Unit Prices shall apply for additions and deletions. 1.03 CHANGES TO CONTRACT SUM A. Unit Prices shall constitute full compensation or credit, as the case may be, for the complete provision, fabrication, and installation of each item listed in this Section based solely on Work in place, including all necessary labor, product, tools, equipment, transportation, services and incidentals, appurtenances, and connections required to complete the Work in place, and including insurance, overhead, profit and supervision. B. The Unit Prices submitted through the City’s online bidding platform will apply to the net change on any given change to the scope of Work. C. Unit Prices accepted by the Owner and Contractor shall be identified in the Owner- Contractor Agreement. D. Contractor shall take measurements and compute quantities for which Unit Price items are applicable. 1. 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01270 – UNIT PRICES (continued) 01270 Unit Prices 01270-2 November 2025 multiplied by the Unit Price 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 Engineer. b. Products which Engineer determines as unacceptable before or after installation. c. Product not completely unloaded from the transporting vehicle. d. Products installed beyond the lines and levels of the required Work. e. Products not installed after completion of Work. f. Loading, hauling, and disposing of rejected Products. 1.04 DESCRIPTION OF UNIT PRICES Measurement and Payment of specific items shall be as specified in SECTION 01271, MEASUREMENT AND PAYMENT. PART 2 – PRODUCTS - Not Applicable PART 3 – EXECUTION - Not Applicable END OF SECTION 01270Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01271 – MEASUREMENT AND PAYMENT 01271-Measurement and Payment 01271-1 November 2025 PART 1 - GENERAL 1.01 SUMMARY A. This section includes delineation of measurement and payment criteria applicable to unit price work whether the unit price items are part of a unit price contract or are part of a Stipulated Price contract. B. Defect assessment and non-payment for rejected work. 1.02 AUTHORITY A. Measurement methods are delineated for each individual bid item under this section. B. The Engineer will take all measurements and compute quantities accordingly. C. Contractor shall assist by providing necessary equipment, workers, and survey personnel as required. 1.03 UNIT QUANTITIES SPECIFIED A. Quantities and measurements indicated in the Bid Form are for bidding and contract purposes only. Quantities and measurements supplied or placed in the Work and verified by the Engineer shall determine payment. B. If the actual Work requires more or fewer quantities than those quantities indicated, provide the required quantities at the unit prices contracted. 1.04 MEASUREMENT OF QUANTITIES A. Measurement by Weight: Items measured by weight will use specified standard handbook weights unless otherwise specified in this section for an individual item. B. Measurement by Volume: Unless herein noted differently, volume shall be measured by cubic dimension using mean length, width and height or thickness with survey chain, steel tape, approved distance meter, or by use of Total Surveying Stations and Engineering Software, as approved by Engineer. C. 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01271 – MEASUREMENT AND PAYMENT (continued) 01271-Measurement and Payment 01271-2 November 2025 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 compensation for all required labor, products, tools, equipment, plant, transportation, services and incidentals; erection, application or installation of an item of the Work; overhead and profit. B. Final payment for Work governed by unit prices will be made on the basis of the actual measurements and quantities accepted by the Engineer multiplied by the unit price for Work which is incorporated in or made necessary by the Work. 1.06 DEFECT ASSESSMENT A. Replace the Work, or portions of the Work, not conforming to specified requirements. B. If, in the opinion of the Engineer, it is not practical to remove and replace the Work, the Engineer will direct the following remedy: 1. The defective Work will be repaired to the instructions of the Engineer, and the unit price will be adjusted to a new price at the discretion of the Engineer. C. The authority of the Engineer to assess the defect and identify payment adjustment is final. 1.07 NON-PAYMENT FOR REJECTED PRODUCTS A. Payment will not be made for any of the following: 1. Products wasted or disposed of in a manner that is not acceptable. 2. Products determined as unacceptable before or after placement. 3. Products not completely unloaded from the transporting vehicle. 4. 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01271 – MEASUREMENT AND PAYMENT (continued) 01271-Measurement and Payment 01271-3 November 2025 1.08 BID ITEMS 1. General Conditions Payment for the above item will be paid for at the lump sum (LS) price bid. This item includes full compensation for the Performance and Payment bond required by the Contract, and any other items required by the General Conditions or Supplemental Conditions. 2. Mobilization Payment for the above item will be paid for at the lump sum (LS) price bid. The payment shall cover mobilization required to construct the project as shown on the Plans and stated in the Specifications. This item includes full compensation for the mobilization required by the Contract, including all materials, equipment and labor costs. Mobilization shall not exceed 5% of the total bid amount (not including bonds and insurance and trench and excavation safety). 3. OSHA Trench Safety Payment for the above item will be paid for at the lump sum (LS) price bid. This item includes full compensation for the OSHA Trench Safety required by the contract. After award of contract, the Contractor shall submit to the Owner a cost breakdown for the work involved in the lump sum price bid for OSHA Trench Safety System and shall, with each periodic payment request, submit a certification by the competent person” as defined in 29 CFR 1926.650(b) that the Contractor has complied with the provisions of the OSHA Standard for Excavation and Trench Safety Systems, 29 CFR 1926 Subpart P, for work for which payment is requested. Periodic payments will be made in proportion to the amount of work accomplished, as determined by the Owner, and will be full compensation for trench and excavation safety, including all materials, labor, and incidentals necessary to perform the work. 4. Furnish, Install, and Maintain Erosion Control Measures Payment for the above item will be paid for at the lump sum (LS) price bid. Payments shall be full compensation for supply, installation, and maintenance of the erosion control measures as shown on the Plans and stated in the Specifications including inspections, disposal costs, and all materials, equipment, tools, labor, and incidentals necessary to complete the work. 5. Construct Baler Sump Modification Payment for the above item will be paid for at the lump sum (LS) price bid. Payments shall be full compensation for the complete construction of the Baler Sump Modifications as shown on the Plans and stated in the Specifications including removal and reinstallation of the steel hatches, removal of the concrete lip, installation of the reinforcing steel, construction of formwork, installation of miscellaneous metals, placement of the reinforced concrete, concrete finishing, Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01271 – MEASUREMENT AND PAYMENT (continued) 01271-Measurement and Payment 01271-4 November 2025 disposal of all demolished materials, and all materials, equipment, tools, labor, testing, and incidentals necessary to complete the work. The Owner will provide disposal containers and haul-off. 6. Furnish and Install 6-inch Reinforced Concrete for Compost Pad Entrance Drive Payment for the above item will be paid for at the price bid for each square yard (SY) measured as installed as shown on the Plans and stated in the Specifications. Payments shall be full compensation for each square yard of reinforced concrete (6- inch thickness) furnished and installed for the Compost Pad Entrance Drive as shown on the Plans and stated in the Specifications including formwork, reinforcing steel, concrete finishing, curing, protection, and all materials, equipment, tools, labor, testing and incidentals necessary to complete the work. 7. Furnish and Install 4-inch Class 7 Crushed Stone Base Payment for the above item will be paid for at the price bid for each square yard (SY) measured as installed as shown on the Plans and stated in the Specifications. Payments shall be full compensation for each square yard of Class 7 Crushed Stone Base (4-inch thickness) furnished and installed including aggregate base, hauling, grading, compaction, and all materials, equipment, tools, labor, testing and incidentals necessary to complete the work. 8. Remove 24-inch Undercut and Prepare Subgrade Payment for the above item will be paid for at the price bid for each square yard (SY) measured as removed as shown on the Plans and stated in the Specifications. Payments shall be full compensation for each square yard of 24-inch undercutting performed as shown on the Plans and stated in the Specifications including excavation, hauling, disposal costs, preparation of the finished subgrade, and all materials, equipment, tools, labor, testing and incidentals necessary to complete the work. 9. Furnish and Install Select Fill Payment for the above item will be paid for at the price bid for each cubic yard (CY) of select fill measured as installed as shown on the Plans and stated in the Specifications. Payments shall be full compensation for each cubic yard of select fill furnished and installed, including select fill material, hauling, compaction, and all other materials, equipment, tools, labor, testing, and incidentals necessary to complete the work. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01271 – MEASUREMENT AND PAYMENT (continued) 01271-Measurement and Payment 01271-5 November 2025 10. Saw Cut and Remove Existing Concrete Compost Pad Payment for the above item will be paid for at the price bid for each square yard (SY) measured as removed as shown on the Plans and stated in the Specifications. Payments shall be full compensation for each square yard of concrete compost pad removed and loaded into disposal containers, including all concrete sawcutting, materials, equipment, tools, labor, and incidentals necessary to complete the work. The Owner will provide disposal containers and haul-off. 11. Furnish and Install 6-inch Reinforce Concrete Compost Pad Payment for the above item will be paid for at the price bid for each square yard (SY) measured as installed as shown on the Plans and stated in the Specifications. Payments shall be full compensation for each square yard of reinforced concrete (6- inch thickness) furnished and installed for the Compost Pad as shown on the Plans and stated in the Specifications including formwork, reinforcing steel, concrete finishing, curing, protection, and all materials, equipment, tools, labor, testing and incidentals necessary to complete the work. 12. Furnish and Install 12-inch Class 7 Crushed Stone Base Payment for the above item will be paid for at the price bid for each square yard (SY) measured as installed as shown on the Plans and stated in the Specifications. Payments shall be full compensation for each square yard of Class 7 Crushed Stone Base (12-inch thickness) furnished and installed including aggregate base, hauling, grading, compaction, and all materials, equipment, tools, labor, testing and incidentals necessary to complete the work. 13. Furnish and Install Geogrid Layer Payment for the above item will be paid for at the price bid for each square yard (SY) measured as installed as shown on the Plans and stated in the Specifications. Payments shall be full compensation for each square yard of geogrid furnished and installed for the Compost Pad as shown on the Plans and stated in the Specifications including geogrid material and all materials, equipment, tools, labor, testing and incidentals necessary to complete the work. 14. Remove 12-inch Undercut and Prepare Subgrade Payment for the above item will be paid for at the price bid for each square yard (SY) measured as removed as shown on the Plans and stated in the Specifications. Payments shall be full compensation for each square yard of 12-inch undercutting performed as shown on the Plans and stated in the Specifications including excavation, hauling, disposal costs, preparation of the finished subgrade, and all materials, equipment, tools, labor, testing and incidentals necessary to complete the work. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01271 – MEASUREMENT AND PAYMENT (continued) 01271-Measurement and Payment 01271-6 November 2025 There shall be no separate payment for all other labor, equipment, materials, incidentals, tools, appurtenances, permits and not specifically listed in the Bid Form work required for a complete installation acceptable to the City of Fayetteville. PART 2 – PRODUCTS - Not Applicable PART 3 – EXECUTION - Not Applicable END OF SECTION 01271 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01290 – PAYMENT PROCEDURES 01290-Payment Procedures 01290-1 November 2025 PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Schedule of values. 2. Applications for payment. B. Related Sections: 1. DOCUMENT 00700 – GENERAL CONDTIONS. 1.02 APPLICATIONS FOR PAYMENT A. Comply with Arkansas Code § 22-9-101. Title 22 Public Property Chapter 9 Public Works Subchapter 1 - General Provisions A.C.A. § 22-9-101. Observation by registered professionals required. B. Format: Document 01290.01 supported by Document 01290.01 or other approved format. 1. Owner will provide Contractor an electronic copy of Documents 01290.01 and 01290.02. C. Payment Period: As specified under DOCUMENT 00700 – GENERAL CONDITONS Article 14. D. Preparation of Applications: 1. Present required information in typewritten form. 2. Execute application by signature of authorized officer of Contractor's firm. 3. Indicate dollar value in each column of each line item for portion of Work completed through the last day of the application period, and for products properly stored in accordance with the Contract Documents through the last day of the previous application period. 4. Round off dollar values to nearest dollar. 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01290 – PAYMENT PROCEDURES (continued) 01290 Payment Procedures 01290- 2 November 2025 b. Indicate dollar value breakdown of each Change Order by each applicable Project Manual Section. E. Submittal Procedure: 1. Comply with DOCUMENT 00700 - GENERAL CONDITIONS Article 14. 2. Submit 1 copy of each Application for Payment. 3. Submit an updated Construction Progress Schedule with each Application for Payment. 4. Submit waivers of mechanics liens from Contractor, Subcontractors, sub- subcontractors, and Material and Equipment Suppliers for amounts certified by Engineer for construction period covered by previous application for payment. a. Submit on form acceptable to Owner. 5. Substantiating data: a. When Owner or Engineer requires substantiating information to support Contractor's application for payment, submit data justifying dollar amounts which are in question. b. Provide 1 copy of data with cover letter for each copy of Application for Payment. 1) Indicate application number and date. 2) List each item in question by continuation sheet identification. 6. Submit application for final payment in accordance with DOCUMENT 00700 – GENERAL CONDITIONS Article 14. F. Minimum Approvals – City of Fayetteville. 1. Trash and Recycling Manager or Director. 2. Trash and Recycling Superintendent or his representative. PART 2 – PRODUCTS - Not Applicable PART 3 – EXECUTION - Not Applicable END OF SECTION 01290 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid 01290.01 Application for Payment 01290.01-1 November 2025 APPLICATION FOR PAYMENT Bid 25-53, CONSTRUCTION Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs Application Number: Date: Contractor: Ordinance/Resolution Number: Address: Effective: Encumbrance No: Application for Work Accomplished Through the Date of: Original Contract Price ............................................................... [1]$ Net Change by Change Orders _____ through _____ ................ [2]$ Current Contract Price (1 + 2) .................................................... [3]$ Completed Work .................... [4]$ Stored Material ...................... [5]$ Total Completed and Stored to Date (4+5) [6]$ Previous Payments ................ [7]$ Previous Retainage ............... [8]$ Total Previous Applications (7+8) ............................................... [9]$ Amount This Application (6-9) ...................................................[10]$ Less Retainage This Application* .......................................... [-][11]$ Release of Retainage ................................................................[12]$ Due This Application (10-11+12) ...............................................[13]$ Retainage on Completed Work Only Accompanying Documentation: Attached Schedule of Values CONTRACTOR’s Certification: The undersigned Contractor certifies that (1) all previous progress payments received from Owner on account of Work done under the Contract referred to above have been applied on account to discharge Contractor’s legitimate obligations incurred in connection with Work covered by all prior Applications for Payment; (2) title of all Work, materials and equipment incorporated into said Work or otherwise listed in or covered by this Application for Payment will pass to Owner at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to Owner indemnifying Owner against any such Lien, security interest or encumbrance); (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective, and 4) all labor standards contract requirements have been complied with by Contractor and by each subcontractor employing mechanics or laborers at the site of the work. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid 01290.01 Application for Payment 01290.01-2 November 2025 Dated: CONTRACTOR By: STATE OF ) COUNTY OF ) Subscribed and Sworn to before me this day of , My commission expires: Notary Public OWNER’s Certification for Payment: In accordance with the Contract Documents, based on on-site observations and the data comprising this application, the Owner’s representatives certify that to the best of their knowledge, information and belief the Work has progressed as indicated, the quality of the Work is in accordance with the Contract Documents, and the Contractor is entitled to payment of the AMOUNT CERTIFIED. AMOUNT CERTIFIED ................................................................. $ Attach explanation if amount certified differs from the amount applied for. Initial all figures on this Application and on the Schedule of Values that are changed to conform to the amount certified.) OWNER’s Approval By: Date: Trash and Recycling Manager By: Date: Trash and Recycling Superintendent Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid 01290.12-Substantial Completion 01290.12 - 1 November 2025 CERTIFICATE OF SUBSTANTIAL COMPLETION Contract Number: 25-53, Construction Contract Title: FAYETTEVILLE TRANSFER STATION IMPROVEMENTS – BALER SUMP AND COMPOST PAD REPAIRS CONTRACTOR: DATE OF ISSUANCE: PROJECT OR DESIGNATED PORTION SHALL INCLUDE: The Work performed under this Contract has been reviewed and found, to the Engineer’s best knowledge, information and belief, to be substantially complete. Substantial Completion is the state in the progress of the Work when the Work or designated portion thereof is sufficiently complete in accordance with the Contract Documents so the Owner can occupy or utilize the Work for its intended use. The date of Substantial Completion of Project or portion thereof designated above is hereby established as which is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below: A list of items to be completed or corrected is attached hereto. The failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. ENGINEER BY DATE The Contractor will complete or correct the Work on the list of items attached hereto within days from the above date of Substantial Completion. CONTRACTOR BY DATE The Owner accepts the Work or designated portion thereof as substantially complete and will assume full possession thereof at (time) on (date). OWNER’S REPRESENTATIVE BY DATE Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid 01290.12-Substantial Completion 01290.12 - 2 November 2025 THIS PAGE INTENTIONALLY LEFT BLANKAp pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid 01290.14-Contractor Affidavit for Final Payment 01290.14 - 1 November 2025 CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT Contract Number: 25-53, Construction Contract Title: Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs STATE OF ) SS COUNTY OF ) The Undersigned, of lawful Name) age, being first duly sworn, states under oath as follows: 1. I am the of who is the general Title) (Contractor) contractor for the City on Contract No. _______ and Contract Name/Title: Fayetteville Transfer Station Improvements 2. All payrolls, material bills, use of equipment and other indebtedness connected with the Work for this Contract have been paid and all claims of whatever nature have been satisfied, as required by the Contract. 3. Contractor certifies that each Subcontractor has received full payment for its respective work in connection with the Contract. 4. This affidavit is made in behalf of the Contractor for the purpose of securing from the City of Fayetteville, Arkansas, the certification of completion of the Contract and receiving payment therefore. CONTRACTOR By Signature) Title On this day of , , before me appeared , to me personally known to be the of the , and who executed the foregoing instrument and acknowledged that (s)he executed the same on behalf of the 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid 01290.14-Contractor Affidavit for Final Payment 01290.14 - 2 November 2025 THIS PAGE INTENTIONALLY LEFT BLANK Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid 01290.15-Subcontractor Affidavit for 01290.15 - 1 November 2025 Final Payment SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT Contract Number: 25-53, Construction Contract Title: Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs STATE OF ) SS COUNTY OF ) The Undersigned, of lawful age, being first duly sworn, Name) states under oath as follows: 1. I am the of hereinafter “Subcontractor” Title) (Contractor) to , general contractor on Fayetteville Transfer Station Improvements, Bid 25-53 Name of Contractor) (Contract Title and Number) 2. All payrolls, material bills, use of equipment and other indebtedness connected with the work for this project have been paid and all claims of whatever nature have been satisfied. 3. A total of $ has been received as full compensation for: performed in connection with the contract. (area / scope of work) 4. This affidavit is made on behalf of the Contractor for the purpose of securing from Fayetteville, Arkansas, the certification of completion of the project and receiving payment therefore. SUBCONTRACTOR By Signature) Title On this day of , , before me appeared , to me personally known to be the of the , and who executed the foregoing instrument and acknowledged that (s)he executed the same on behalf of the 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid 01290.15-Subcontractor Affidavit for 01290.15 - 2 November 2025 Final Payment THIS PAGE INTENTIONALLY LEFT BLANK Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01320 – PROJECT MEETINGS, SCHEDULES, AND REPORTS 01320-Project Meetings, Schedules, and Reports 01320-1 November 2025 PART 1 - GENERAL 1.01 Summary: This Section includes the following administrative and procedural requirements: A. Project Meetings: 1. Preconstruction conference. 2. Progress meetings. B. Schedules and Reports: 1. Comply with GENERAL CONDITIONS C. Related Work Specified Elsewhere: 1. For Schedules: SECTION 01321. 1.02 PROJECT MEETINGS: A. Preconstruction Conference: 1. Engineer will conduct a meeting within 60 days after the Effective Date of the Agreement, to review items stated in the following agenda and to establish a working understanding between the parties as to their relationships during performance of the Work. 2. Preconstruction conference shall be attended by: a. Contractor and his superintendent. b. Engineer and Resident Project Representative if any. c. Representative(s) of Owner. d. At Engineer’s option, representatives of principal Subcontractors and Suppliers. 3. Meeting Agenda: a. Construction schedules. b. Critical Work sequencing. c. Designation of responsible personnel. d. Project coordination. e. Procedures and Processing of: 1) Field decisions. 2) Substitutions. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01320 – PROJECT MEETINGS, SCHEDULES, AND REPORTS (continued) 01320-Project Meetings, Schedules, and Reports 01320-2 November 2025 3) Submittals. 4) Change Orders. 5) Applications for Payment. 6) Proposal Requests. 7) Contract Closeout. 8) Requests for Interpretation. 9) Field Orders. 10) Work Change Directives. f. Procedures for testing. g. Procedures for maintaining record documents. h. Use of Premises: 1) Office, work, and storage areas. 2) Owner’s requirements. i. Construction facilities, controls, and construction aids. j. Temporary utilities. k. Safety and first-aid. l. Security. m. Requirements for start-up of equipment. n. Inspection and acceptance of equipment put into service during construction period. o. Distribution of Contract Documents 4. Location of Meeting: At or near the Project Site. 5. 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 conduct monthly 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01320 – PROJECT MEETINGS, SCHEDULES, AND REPORTS (continued) 01320-Project Meetings, Schedules, and Reports 01320-3 November 2025 Engineer’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 prepared to discuss the current construction progress report and any anticipated future changes to the schedule. 2. Location of Meetings: At or near Project Site. 3. Reporting: a. Within 7 working days after each meeting, Engineer shall prepare and distribute minutes of the meeting to Owner and Contractor. b. Contractor shall distribute copies to principal Subcontractors and Suppliers. PART 2 – PRODUCTS - Not Applicable PART 3 – EXECUTION - Not Applicable END OF SECTION01320Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01320 – PROJECT MEETINGS, SCHEDULES, AND REPORTS (continued) 01320-Project Meetings, Schedules, and Reports 01320-4 November 2025 THIS PAGE INTENTIONALLY LEFT BLANK Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01321 – SCHEDULE 01321-Schedule 01321-1 November 2025 PART 1 - GENERAL 1.01 SUMMARY A. This Section includes procedural requirements for preparation, submittal, and updating of Contractor's construction progress schedules. B. Related Work: 1. Documents affecting work of this Section include, but are not limited to: General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 2. Section 01290 – Payment Procedures. 3. Section 01320 – Project Meetings, Schedules, and Reports. 1.02 FORMAT A. Prepare Schedules as either a Gantt chart with separate bar for each major portion of Work or operation, identifying first work day of each week, or a Critical Path Method CPM) progress schedule. B. Sequence of Listings: The chronological order of the start of each item of Work. C. Scale and Spacing: To provide space for notations and revisions. D. Sheet Size: Minimum multiples of 8-1/2 x 11 inches. 1.03 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. The schedule shall clearly indicate the sequence of construction for the various items that involve either existing and/or potentially relocated utilities. This schedule shall have the least negative impact on the adjacent property owners and provide an orderly sequence that will produce the least disruptive action for utilities and their customers. B. Identify work of separate stages and other logically grouped activities. C. Provide sub-schedules to define 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 date for each monthly pay estimate. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01321 – SCHEDULE (continued) 01321-Schedule 01321-2 November 2025 1.04 SUBMITTALS A. Submit a finalized construction progress schedule within fifteen (15) days after date 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 (10) days. B. Submit monthly revisions with each pay estimate in the number of opaque reproductions that Engineer requires, plus two copies, which will be retained by Engineer. 1.05 REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 1.06 DISTRIBUTION A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. PART 2 – PRODUCTS - Not Applicable PART 3 – EXECUTION - Not Applicable END OF SECTION 01321 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01420 – DEFINITIONS AND STANDARDS 01420-Definitions and Standards 01420-1 November 2025 PART 1 - GENERAL 1.01 SUMMARY: A. Definitions: 1. Basic contract definitions used in the Contract Documents are defined in the GENERAL CONDITIONS. Definitions and explanations are not necessarily either complete or exclusive, but are general for the Work. 2. General Requirements are the provisions or requirements of DIVISION 1 Sections, and which apply to the entire Work of the Contract. B. Related Information Specified Elsewhere: Specification standards and associations applicable to the Work are specified in each Section. 1.02 SPECIFICATION FORMAT AND CONTENT EXPLANATIONS: A. Specification Format: The Specifications are organized into two (2) major divisions of CONTRACT DOCUMENTS and TECHNICAL SPECIFICATIONS. B. Specification Content: 1. These Specifications apply certain conventions in the use of language and the intended meaning of certain terms, words, and phrases when used in particular situations or circumstances. These conventions are explained as follows: a. Imperative and Streamlined Language: These Specifications are written in imperative and abbreviated form. This imperative language of the technical Sections is directed at the Contractor, unless specifically noted otherwise. Incomplete sentences shall be completed by inserting “shall,” the Contractor shall,” and “shall be,” and similar mandatory phrases by inference in the same manner as they are applied to notes on the Drawings. The words “shall be” shall be supplied by inference where a colon (:) is used within sentences or phrases. Except as worded to the contrary, fulfill (perform) all indicated requirements whether stated imperatively or otherwise. b. Specifying Methods: The techniques or methods of specifying requirements varies throughout text, and may include “prescriptive,” compliance 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: Where compliance with two or more industry standards or sets of requirements is specified, and overlapping of those different standards or requirements establishes different or conflicting minimums or levels of quality, notify Engineer for a decision as specified in GENERAL CONDITIONS. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01420 – DEFINITIONS AND STANDARDS (continued) 01420-Deifinitions and Standards 01420-2 November 2025 d. Abbreviations: Throughout 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 and association names and titles of general standards are also abbreviated. C. Assignment of Specialists: In certain instances, Specification text requires that specific Work be assigned to specialists in the operations to be performed. These specialists shall be engaged for performance of those units of Work, and assignments are requirements over which Contractor has no choice or option. These assignments shall not be confused with, and are not intended to interfere with, enforcement of building codes and similar regulations governing the Work, local trade and union jurisdictions, and similar conventions. Nevertheless, final responsibility for fulfillment of Contract requirements remains with Contractor. D. Trades: Except as otherwise specified or indicated, the use of titles such as carpentry” in Specification text, implies neither that the Work must be performed by an accredited or unionized tradesperson of corresponding generic name (such as carpenter”), nor that specified requirements apply exclusively to work by tradespersons of that corresponding generic name. 1.03 DRAWING SYMBOLS: A. Except as otherwise indicated, graphic symbols used on Drawings are those symbols recognized in the construction industry for purposes indicated. Refer instances of uncertainty to Engineer for clarification. 1.04 INDUSTRY STANDARDS: A. Applicability of Standards: Except where the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents. Such standards are made a part of the Contract Documents by reference and are stated in each Section. 1. 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 shall be as stated in GENERAL CONDITIONS. 3. Where an applicable code or standard has been revised and reissued after the date of the Contract Documents and before performance of Work affected, the Engineer will decide whether to issue a Change Order to proceed with the updated standard. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01420 – DEFINITIONS AND STANDARDS (continued) 01420-Deifinitions and Standards 01420-3 November 2025 4. In every instance the quantity or quality level shown or specified shall be the minimum 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 minimum within reasonable limits. In complying with these requirements, indicated numeric values are minimum or maximum values, as noted, or appropriate for the context of the requirements. Refer instances of uncertainty to the Engineer for a decision before proceeding. 5. Each entity engaged in construction on the Project is required to be familiar with industry standards applicable to that entity’s construction activity. Copies of applicable standards are not bound with the Contract Documents. a. Where copies of standards are needed for performance of a required construction activity, Contractor shall obtain copies directly from the publication source. B. Abbreviations and Names: Trade association names and titles of general standards are frequently abbreviated. Where such acronyms or abbreviations are used in the Specifications or other Contract Documents, they mean the recognized name of the trade association, standards generating organization, authority having jurisdiction, or other entity applicable to the context of the text provision. PART 2 – PRODUCTS - Not Applicable PART 3 – EXECUTION - Not Applicable END OF SECTION 01420 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01420 – DEFINITIONS AND STANDARDS (continued) 01420-Deifinitions and Standards 01420-4 November 2025 THIS PAGE INTENTIONALLY LEFT BLANK Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01530 – TEMPORARY BARRIERS AND CONTROLS 1530-Temporary Barriers and Controls 01530-1 November 2025 PART 1 - GENERAL 1.01 SUMMARY: A. This Section includes General Requirements for: 1. Safety and protection of Work 2. Safety and protection of existing property 3. Barriers 4. Security 5. Environmental controls 6. Access roads and parking areas 7. Traffic control and use of roadways 8. Railroad service B. Related Work Specified Elsewhere: 1. Temporary Utilities and Facilities: SECTION 01560 PART 2 - PRODUCTS – Not Applicable. PART 3 - EXECUTION 3.01 ARKANSAS ONE CALL: A. The Contractor will be responsible for contacting Arkansas One Call in order to determine the location of all utilities in all work areas relating to any excavation performed by the contractor. The City of Fayetteville shall be responsible for contacting Arkansas One Call in order to determine the location of all utilities in all work areas relating to any Excavation performed by the City of Fayetteville crews. 3.02 SAFETY AND PROTECTION OF WORK AND PROPERTY: A. General: 1. Provide for the safety and protection of the Work as set forth in GENERAL CONDITIONS. Provide protection at all times against rain, wind, storms, 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 damaged shall be appropriately protected. 2. Notify Engineer immediately at any time operations are stopped due to conditions which make it impossible to continue operations safely or to obtain proper results. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01530 – TEMPORARY BARRIERS AND CONTROLS (continued) 01530-Temporary Barriers and Controls 01530-2 November 2025 3. Construct and maintain all necessary temporary drainage and do all pumping necessary to keep excavations, floors, pits, trenches, manholes, and ducts free of water. B. Property Other than Owner’s: 1. Provide for the safety and protection of property as set forth in the GENERAL CONDITIONS. Report immediately to the owners thereof and promptly repair damage to existing facilities resulting from construction operations. 2. Names and telephone numbers of representatives of agencies and utilities having jurisdiction over streets and utilities in the Work area can be obtained from Engineer for the agencies listed below. Concerned agencies or utilities shall be contacted a minimum of 24 hours prior to performing Work, closing streets and other traffic areas, or excavating near underground utilities or pole lines. a. Water b. Pipeline companies c. Telephone d. Electric e. Fire f. Police 3. Operation of valves or other appurtenances on existing utilities, when required, shall be by or under the direct supervision of the owning utility. 4. Where fences are to be breached on private property, the owners thereof shall be contacted and arrangements made to ensure proper protection of any livestock or other property thus exposed. 5. The applicable requirements specified for protection of the Work shall also apply to the protection of existing property of others. 6. 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 damaging, 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 Fayetteville’s satisfaction, any property damaged by the Contractor, at the Contractor’s expense. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01530 – TEMPORARY BARRIERS AND CONTROLS (continued) 01530-Temporary Barriers and Controls 01530-3 November 2025 3.03 SIGNAGE AND BARRIERS: A. General: 1. Furnish, install, and maintain suitable barriers as required to prevent public entry, protect the public, and to protect the Work, existing facilities, trees, and plants from construction operations. Remove when no longer needed or at completion of Work. 2. Materials may be new or used, suitable for the intended purpose, but shall not violate requirements of applicable codes and standards or regulatory agencies. 3. Barriers shall be of a neat and reasonable uniform appearance, structurally adequate for the required purposes. 4. Maintain barriers in good repair and clean condition for adequate visibility. Relocate barriers as required by progress of Work. 5. Repair damage caused by installation and restore area to original or better condition. Clean the area. 6. The Contractor is responsible for all signing and barricading and will comply with those portions of the “Arkansas Manual on Uniform Traffic Control Devices for Streets and Highways” which pertain to construction. B. Tree and Plant Protection: 1. Preserve and protect existing trees and plants at the Site which are designated to remain and those adjacent to the Site. 2. Provide temporary barriers around each, or around each group of trees and plants. Unless indicated or specified otherwise, construct to a height of 6 feet around trees, and to a height to adequately protect plants. 3. Consult with Engineer and remove agreed-on roots and branches which will interfere with construction. Employ qualified tree surgeon to remove and to treat cuts. 4. 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 construction operations to prevent damage. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01530 – TEMPORARY BARRIERS AND CONTROLS (continued) 01530-Temporary Barriers and Controls 01530-4 November 2025 6. 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 ENVIRONMENTAL CONTROLS: A. Noise Control: City of Fayetteville Ordinances and OSHA requirements shall be adhered to for this contract. B. Dust Control: 1. Provide positive methods and apply dust control materials to minimize raising dust from construction operations; and to prevent airborne dust from dispersing into the atmosphere. 2. Clean interior spaces prior to the start of finish painting and continue cleaning on an as-needed basis until painting is finished. 3. Schedule operations so that dust and other contaminants resulting from cleaning process will not fall on wet or newly-coated surfaces. C. Water and Erosion Control: 1. Provide methods to control surface water to prevent damage to the Project, the Site, or adjoining properties. 2. Plan and execute construction and earthwork by methods to control surface drainage from cuts and fills, and from borrow and waste disposal areas, to prevent erosion and sedimentation. a. Hold the areas of bare soil exposed at one time to a minimum. b. Provide temporary control measures such as berms, dikes, and drains. 3. Control fill, grading, and ditching to direct surface drainage away from excavations, pits, tunnels, and other construction areas; and to direct drainage to proper runoff. 4. 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 damage to any portion of the Site or to adjoining areas. 6. Provide temporary drainage where the roofing or similar waterproof deck construction is completed prior to the connection and operation of the permanent drainage piping system. 7. Comply with all other requirements indicated or specified. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01530 – TEMPORARY BARRIERS AND CONTROLS (continued) 01530-Temporary Barriers and Controls 01530-5 November 2025 D. Debris Control and Clean-Up: 1. Keep 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 filled. b. Periodic cleanup to avoid hazards or interference with operations at the Site and to maintain the Site in a reasonably neat condition. c. The keeping of construction materials such as forms and scaffolding neatly stacked. d. Immediate cleanup to protect the Work by removing splattered concrete, asphalt, oil, paint, corrosive liquids, and cleaning solutions from walls, floors, and metal surfaces before surfaces are marred. 2. Prohibit overloading of trucks to prevent spillages on access and haul routes. Provide periodic inspection of traffic areas to enforce requirements. 3. Final cleanup is specified in SECTION 01780 - CONTRACT CLOSEOUT. E. Pollution Control: 1. Provide methods, means, and facilities required to prevent contamination of soil, water, or atmosphere by the discharge of hazardous or toxic substances from construction operations. 2. Provide equipment and personnel, perform emergency measures required to contain any spillages, and remove contaminated soils or liquids. Excavate and dispose of any contaminated earth off-Site in approved locations, and replace with suitable compacted fill and topsoil. 3. Take special measures to prevent harmful substances from entering public waters, sanitary, or storm sewers. 4. Adhere to the Spill Prevention Control and Countermeasures Plan (SPCCP) requirements as stated in 40 CFR Part 112. 3.05 ACCESS ROADS AND PARKING AREAS: A. New Temporary On-Site Roads and Parking Areas: 1. Locate 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01530 – TEMPORARY BARRIERS AND CONTROLS (continued) 01530-Temporary Barriers and Controls 01530-6 November 2025 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 emergency vehicles. Maintain driveways a minimum of 15 feet wide between and around combustible materials in storage and mobilization areas. 3. Maintain traffic areas free of excavated materials, construction equipment, snow, ice, and debris. 4. Construct temporary bridges and culverts to span low areas and allow unimpeded drainage. 5. Keep fire hydrants and water control valves free from obstruction and accessible for use. 6. Construction: a. Clear areas required. b. Fill, compact, and grade areas as necessary to provide suitable support for vehicular traffic under anticipated loadings. Materials and construction shall be as indicated or specified. c. Provide for surface drainage of facilities and surrounding areas. d. Maintain roads, walks, and parking areas in a sound, clean condition. Repair or replace portions damaged during progress of Work. 7. Removal: a. Completely remove temporary materials and construction when construction needs can be met by use of permanent installation, unless construction is to be integrated into permanent construction. Remove and dispose of compacted materials to depths required by various conditions to be met in completed Work. b. Restore areas to original, better, or specified condition at completion of Work. 3.06 TRAFFIC CONTROL AND USE OF ROADWAYS: A. Traffic Control: 1. The Contractor shall plan and execute the work so that interference with the flow of traffic and the passage of pedestrians will be the minimum possible. 2. The CONTRACTOR 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01530 – TEMPORARY BARRIERS AND CONTROLS (continued) 01530-Temporary Barriers and Controls 01530-7 November 2025 time a work order has been initiated until it is complete. 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 impact the flow of traffic. 4. The Contractor shall be responsible for making provisions for the safe and free passage of persons and vehicles by, over, or around the work until the project is completed. Such provisions shall be satisfactory with the Owner and State, County and local authority having jurisdiction in the area of work. 5. Provide, operate, and maintain equipment, services, and personnel, with traffic control and protective devices, as required to expedite vehicular traffic flow on haul routes, at Site entrances, on-Site access roads, and parking areas. This includes traffic signals and signs, flagmen, flares, lights, barricades, and other devices or personnel as necessary to adequately protect the public. 6. Remove temporary equipment and facilities when no longer required. Restore grounds to original, better, or specified condition when no longer required. 7. When required by the State, County or local authority that traffic be maintained over any construction work in a public or private highway, street, road, or other vehicle traffic path, and such traffic cannot be maintained on the alignment of the original roadbed or pavement, the Contractor shall, at his own expense, provide and/or construct and maintain a detour around the work. Such detours shall be satisfactory to the Owner and to State, County, or local authority. The Contractor shall provide and maintain all barricades, signs, torches, lights and markers around the work as may be required by the various agencies having jurisdiction in the work area. The Contractor shall also provide qualified flagmen to direct traffic while working upon a highway, street or road over which traffic must pass. 8. Excavated areas within the traffic lanes of highways, streets or roads and pedestrian walkways shall be backfilled 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 will be used as haul routes and Site access. All operations shall meet the approval of owners or agencies having jurisdiction. 11. The Contractor shall obtain permission from the applicable State, County or local authority(ies) before closing or obstructing any public highway, street or road. This shall include, but not necessarily be limited to, coordination with Fire Departments, 911 services, and other emergency services. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01530 – TEMPORARY BARRIERS AND CONTROLS (continued) 01530-Temporary Barriers and Controls 01530-8 November 2025 12. The 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. Maintenance of Roadways: 1. Repair roads, walkways, and other traffic areas damaged by operations. Keep traffic areas as free as possible of excavated materials and maintain in a manner to eliminate dust, mud, and hazardous conditions. 2. All operations and repairs shall meet the approval of owners or agencies having jurisdiction. END OF SECTION 01530 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01560 – TEMPORARY UTILITIES AND FACILITIES 01560-Temporary Utilities and Facilities 01560-1 November 2025 PART 1 - GENERAL 1.01 SUMMARY: A. This Section includes requirements of a temporary nature not normally incorporated into final Work. It includes the following: 1. Utility services. 2. Construction and support facilities. 3. Construction aids. 4. Safety and health. 5. Fire protection. B. Related Work Specified Elsewhere: 1. Temporary Barriers and Controls: SECTION 01530. 1.02 REFERENCES: A. American National Standards Association (ANSI): 1. A10 Series – Safety Requirements for Construction and Demolition. B. National Electrical Contractors Association (NECA): 1. Electrical Design Library – Temporary Electrical Facilities. C. National Fire Protection Association (NFPA): 1. 10 – Portable Fire Extinguishers. 2. 70 – National Electrical Code. 3. 241 – Safeguarding Construction, Alterations, and Demolition Operations. D. National Electrical Manufacturers Association (NEMA). E. Underwriters Laboratories (UL). 1.03 SUBMITTALS: A. Temporary Utilities: Submit reports of tests, inspections, meter readings, and similar procedures performed on temporary utilities. B. Implementation and Termination Schedule: Submit a schedule indicating implementation and termination of each temporary utility within 15 days of the date established for commencement of the Work. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01560 – TEMPORARY UTILITIES AND FACILITIES (continued) 01560-Temporary Utilities and Facilities 01560-2 November 2025 1.04 QUALITY ASSURANCE: A. Regulations: Comply with industry standards and applicable laws and regulations of authorities having jurisdiction, including but not limited to: 1. Building Code requirements. 2. Health and safety regulations. 3. Utility company regulations. 4. Police, Fire Department, and rescue squad rules. 5. Environmental protection regulations. B. Standards: 1. Comply with NFPA 10 and 241, and ANSI A10 Series standards Temporary Electrical Facilities.” 2. Comply with NEMA, NECA, and UL standards and regulations for temporary electric service. Install service in compliance with NFPA 70. C. Inspections: Arrange for authorities having jurisdiction to inspect and test each temporary utility before use. Obtain required certifications and permits. 1.05 PROJECT CONDITIONS: A. Temporary Utilities: Prepare a schedule indicating dates for implementation and termination of each temporary utility. At the earliest feasible time, when acceptable to Owner, change over from use of temporary service to use of the permanent service. B. Conditions of Use: Keep temporary services and facilities clean and neat in appearance. Operate in a safe and efficient manner. Take necessary fire prevention measures. Do not overload facilities or permit them to interfere with progress. Do not allow hazardous, dangerous, unsanitary conditions, or public nuisances to develop or persist on the Site. PART 2 - PRODUCTS 2.01 MATERIALS AND EQUIPMENT: A. Provide new materials and equipment. Provide materials and equipment suitable for the use intended, of capacity for required usage, and meeting applicable codes and standards. Comply with requirements of the TECHNICAL SPECIFICATIONS. B. Water: Provide potable water approved by local health authorities. C. Water Hoses: Provide 3/4-inch (19-mm), heavy-duty, abrasion-resistant, flexible rubber hoses 100 feet (30 m) long, with pressure rating greater than the maximum Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01560 – TEMPORARY UTILITIES AND FACILITIES (continued) 01560-Temporary Utilities and Facilities 01560-3 November 2025 pressure of the water distribution system. Provide adjustable shutoff nozzles at hose discharge. D. Electrical Outlets: Provide properly configured, NEMA-polarized outlets to prevent insertion of 110- to 120V plugs into higher voltage outlets. Provide receptacle outlets equipped with ground-fault circuit interrupters, reset button, and pilot light for connection of power tools and equipment. E. Electrical Power Cords: Provide grounded extension cords. Use hard-service cords where exposed to abrasion and traffic. Provide waterproof connectors to connect separate lengths of electric cords if single lengths will not reach areas where construction activities are in progress. Do not exceed safe length-voltage ratio. F. Lamps and Light Fixtures: Provide general service incandescent lamps of wattage required for adequate illumination. Provide guard cages or tempered-glass enclosures where exposed to breakage. Provide exterior fixtures where exposed to moisture. G. Heating Units: Provide temporary heating units that have been tested and labeled by UL, FM, or another recognized trade association related to the type of fuel being consumed. H. Fire Extinguishers: Provide hand-carried, portable, UL-rated, Class A fire extinguishers for temporary offices and similar spaces. In other locations, provide hand-carried, portable, UL-rated, Class ABC, dry-chemical extinguishers or a combination of extinguishers of NFPA-recommended classes for the exposures. Comply with NFPA 10 and NFPA 241 for classification, extinguishing agent, and size required by location and class of fire exposure. PART 3 - EXECUTION 3.01 TEMPORARY UTILITIES: A. General: 1. Engage the appropriate 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 temporary 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 that 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01560 – TEMPORARY UTILITIES AND FACILITIES (continued) 01560-Temporary Utilities and Facilities 01560-4 November 2025 facilities. Grade 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 permanent facilities. 5. The types of temporary construction utilities and facilities required include, but not by way of limitation, water distribution, drainage, dewatering equipment, enclosure of Work, heat, ventilation, electrical power distribution, lighting, hoisting facilities, stairs, ladders, and roads. 6. Inspect and test each service before placing temporary utilities in use. Arrange for required inspections and tests by governing authorities, and obtain required certifications and permits for use. 7. Materials used for temporary service shall not be used in the permanent system unless so specified or acceptable to Engineer. 3.02 TEMPORARY ELECTRICITY AND LIGHTING: A. New Service: 1. Arrange with utility company and provide service required for power and lighting. 2. Connect temporary service in a manner directed by utility company officials. Provide separate meter for metering of power used by all entities authorized to be at or perform Work at the Project Site. 3. The electric service shall be of sufficient capacity and characteristics for the various construction tools, machinery, lights, heating and air conditioning, pumps, and other tools required by Contractor and his Subcontractors. 4. Provide weatherproof, grounded, power distribution system sufficient to accommodate construction operations requiring power, use of power tools, electrical heating, and lighting. Provide overload protection. Locate multiple outlets spaced 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 system or by engine-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 meters, transformers, overload protection disconnects, automatic ground fault interrupters, and main distribution switch gear. Include overcurrent protection on all conductors of the temporary system. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01560 – TEMPORARY UTILITIES AND FACILITIES (continued) 01560-Temporary Utilities and Facilities 01560-5 November 2025 6. Provide adequate artificial lighting for all areas of Work when natural 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 meet safety requirements. B. Use of Existing System: 1. Owner’s existing system shall not be used for temporary electricity. C. Use of Permanent System: 1. Prior to use of permanent system (facilities being constructed by Contractor) for construction purposes, obtain written permission of Owner. 2. Maintain permanent system as specified for temporary facilities. D. Costs of Installation and Operation: 1. Pay fees and charges for permits and applications. 2. Pay costs of installation, maintenance, removal of temporary services, and restoration of any permanent facilities used. 3. Pay costs of electrical power used. 4. Obtain and pay costs for temporary easements required across properties other than that of Owner. 3.03 TEMPORARY WATER: A. New Service: 1. Arrange with utility service company to provide water for construction purposes. 2. Connect service 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 construction area. 5. Prevent freezing of water distribution system. Maintain hose connections and outlet valves in leakproof condition. 6. Sterilize temporary water piping prior to use. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01560 – TEMPORARY UTILITIES AND FACILITIES (continued) 01560-Temporary Utilities and Facilities 01560-6 November 2025 B. Use of Existing System: 1. Owner’s existing system may be used for temporary water. 2. Make connections to existing facilities to provide water for construction purposes. a. Water Source: Make connections to Owner’s service located at point indicated or where instructed by Owner. 3. Modify, supplement, and extend system as necessary to meet temporary water requirements and prevent overloading of existing system. 4. Regulate system to prevent interference with Owner’s usage. C. Use of Permanent System: 1. Prior to use of permanent system for construction purposes, obtain written permission of Owner. 2. Prior to Use of System for Drinking Water: a. Disinfect piping. b. Obtain inspection and approval of governing authority. D. Costs of Installation and Operation: 1. Pay all costs for installation, maintenance, and removal. 2. Pay all costs for water used. 3.04 TEMPORARY SANITARY FACILITIES: A. Contractor-Furnished Facilities: 1. Furnish, install, and maintain temporary sanitary facilities for use through construction period. Remove on completion of Work. 2. 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. 4. Water and sewer connected facilities may be installed to extent permitted by governing regulations. a. Provide lavatories, mirrors, urinals (where applicable), and water closets in 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 more than one person. Provide Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01560 – TEMPORARY UTILITIES AND FACILITIES (continued) 01560-Temporary Utilities and Facilities 01560-7 November 2025 suitable enclosure with nonabsorbent sanitary finish materials and adequate heat, ventilation and lighting. b. Provide separate toilet facilities for male and female construction personnel as required. 5. Wash Facilities: Install potable water-supplied wash facilities at locations convenient to construction personnel involved in the handling of compounds and materials where wash-up is necessary to maintain a safe, healthy and sanitary condition. Where recommended or required by governing authorities and regulations or recognized standards provide emergency safety showers, emergency eye-wash fountains, showers, and similar facilities. Dispose of drainage properly. Supply soap and other cleaning compounds appropriate for each condition. 6. Drinking Water Fixtures: Provide containerized tap-dispenser type drinking water units. Provide drinking water fountains if piped potable water is reasonably accessible from permanent or temporary lines. 7. Supply and maintain toilet tissue, paper towels, paper cups and similar disposable materials as appropriate for each facility. Provide appropriate covered waste containers for used material. B. Use of Existing Facilities: 1. Not applicable. 3.05 SEWERS AND DRAINAGE: A. General: Where sewers or drainage facilities are not available for discharge of effluent, provide containers to remove and dispose of effluent off the Site in a lawful manner. If existing sewers are available for temporary drainage near the Site prior to completion of permanent sewers, provide temporary connections to remove effluent that can be lawfully discharged into the sewers. If existing sewers cannot be used for discharge, provide drainage ditches, dry wells, waste stabilization ponds, and similar discharge facilities to remove effluent that can be lawfully discharged in that manner. B. Connect temporary sewers to the municipal sewer systems in the manner directed by the sewer department officials. C. Maintain temporary sewers and drainage facilities in a clean, sanitary condition. Following heavy usage, restore to normal conditions promptly. Provide and maintain temporary earthen embankments and similar barriers in and around construction excavations and subgrade construction, sufficient to prevent flooding by runoff of storm water from heavy rain storms. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01560 – TEMPORARY UTILITIES AND FACILITIES (continued) 01560-Temporary Utilities and Facilities 01560-8 November 2025 3.06 TEMPORARY CONSTRUCTION AIDS: A. General: 1. Provide construction aids and equipment required by personnel and to facilitate the execution of the Work; scaffolds, staging, ladders, stairs, ramps, runways, platforms, railings, hoists, cranes, chutes, and other such facilities and equipment. 2. Materials may be new or used, must be suitable for the intended purpose, and meet the requirements of applicable codes, regulations, and standards. 3. When permanent stair framing is in place, provide temporary treads, platforms, and railings for use by construction personnel. 3.07 TEMPORARY SAFETY AND HEALTH: A. General: Contractor shall be responsible for development of safety and health programs for personnel at Project Site as specified in the GENERAL CONDITIONS. 3.08 TEMPORARY FIRE PROTECTION: A. General: 1. Contractor shall be responsible for development of a fire prevention and protection program for all Work under this Contract. 2. The program shall comply with the applicable provisions for safety and protection as set forth in the GENERAL CONDITIONS and with applicable parts of the NFPA 10 and 241. 3. Locate fire extinguishers where convenient and effective for their intended purpose, but not less than one extinguisher on each floor at or near such usable stairwell. 4. Store combustible materials in containers in fire-safe locations. 5. 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 construction 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01560 – TEMPORARY UTILITIES AND FACILITIES (continued) 01560-Temporary Utilities and Facilities 01560-9 November 2025 B. Permanent Fire Protection: 1. 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. 3.09 INSTALLATION AND REMOVAL: A. Relocation: Relocate construction aids as required by progress of construction, storage limitations, or Work requirements and to accommodate requirements of Owner and other contractors at the Site. B. Removal: Remove temporary materials, equipment, and services when construction needs can be met and allowed by use of permanent construction, or at completion of the Project. C. Repair: Clean and repair damage caused by installation or by use of temporary facilities. 1. Remove foundations and underground installations for construction aids. 2. Grade the areas of the Site affected by temporary installations to required elevations and clean the area. END OF SECTION01560Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01560 – TEMPORARY UTILITIES AND FACILITIES (continued) 01560-Temporary Utilities and Facilities 01560-10 November 2025 THIS PAGE INTENTIONALLY LEFT BLANK Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 02003 – TRENCH SAFETY/PROTECTIVE SYSTEMS 02003-Trench Safety/Protective Systems 02003-1 November 2025 PART 1 - GENERAL 1.01 WORK INCLUDED A. Comply with OSHA (Occupational Safety and Health Administration) Standards 29 CFR 1926 Safety and Health Regulations for Construction Subpart P, Excavations, Standard 1926.650, of the Code of Federal Regulations and as follows. B. The Contractor is responsible for ensuring that safe working conditions exist and safety procedures are being followed at the work site. The Contractor is responsible to comply with all Federal, State and City laws, rules or regulations stated or not stated within these specifications. C. If the Contractor is working for any Arkansas public body (state agency, county, municipality, school district, or other local tax unit or improvement district), and has entered into a contact under the provisions of Arkansas Code Title 22. Public Property 22-9-202-204, then the engineer and the contractor shall comply with Arkansas Code Title 22. Public Property § 22-9-212 Public improvements generally - Trench or excavation safety systems. The requirements include, but are not necessarily limited to: 22-9-212. Public improvements generally -- Trench or excavation safety systems. a. Whenever any agency of this state or of any county, municipality, or school district, or other local taxing unit or improvement district, enters into a contract covered by the provisions of 22-9-202 -- 22-9-204 for the making of repairs or alterations or the erection of buildings or for the making of any other improvements, or for the construction or improvement of highways, roads, streets, sidewalks, curbs, gutters, drainage or sewer projects, or for any other construction project in which the public work or public improvement construction project involves any trench or excavation which equals or exceeds five feet (5') in depth, the agency, county, municipality, school district, local taxing unit, or improvement district shall require: 1) That the current edition of Occupational Safety and Health Administration Standard for Excavation and Trenches Safety System, 29 CFR 1926, Subpart P, be specifically incorporated into the specifications for the project; and 2) That the contract bid form include 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 02003 – TRENCH SAFETY/PROTECTIVE SYSTEMS (continued) 02003-Trench Safety/Protective Systems 02003-2 November 2025 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 improvements generally - Trench or excavation safety systems). D. Protective Systems - The Contractor shall design or provide an engineered design, and shall install, and maintain Protective Systems in strict compliance with OSHA Occupational Safety and Health Administration) Standards 29 CFR 1926 – Construction, of the Code of Federal Regulations and all other applicable Federal, State, and local requirements. 1.02 29 CFR 1926, SUBPART P, INCORPORATED A. The current edition of Occupational Safety and Health Administration Standard for Excavation and Trenches Safety System, 29 CFR 1926, Subpart P, is incorporated by reference into these Standard specifications. B. Additional information may be found at: United states Department of Labor, Occupational Safety and Health Administration, Regulations (Standards – 29 CFR) Construction Standard Number 1926 – Safety and Health Regulations for Construction. https://www.osha.gov/pls/oshaweb/owasrch.search_form?p_doc_type=STANDARD S&p_toc_level=1&p_keyvalue=1926 Trenching and Excavation Safety OSHA 2226-10R 2015 Booklet at: https://www.osha.gov/Publications/osha2226.pdf 1.03 MEASUREMENT AND PAYMENT A. Measurement and Payment for the work included in this section will be in accordance with the prices set forth in the Unit Price Bid Schedule for the quantity of work performed and accepted and as specified elsewhere within the Contract Documents. END OF SECTION 02003 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 02004 – CONFINED SPACES 02004-Confined Spaces 02004-1 November 2025 PART 1 - GENERAL 1.01 GENERAL A. Comply with OSHA (Occupational Safety and Health Administration) Standards 29 CFR 1910 Occupational Safety and Health Standards including Subpart J, General Environmental Controls Excavations, Standard 1910, including but not limited to 29 CFR 1910.146, Permit-required Confined Spaces of the Code of Federal Regulations and as follows. B. The Contractor is responsible for ensuring that safe working conditions exist and safety procedures are being followed at the work site. The Contractor is responsible to comply with all Federal, State and City laws, rules or regulations stated or not stated within these specifications. The Contractor is responsible to notify OSHA of the commencement of all construction. C. The Contractor is responsible to notify the Trash and Recycling Director, and the Engineer, when personnel are to work in, or near, a Permit-Required Confined Space and contractor shall coordinate such work with the Trash and Recycling Director, and the Engineer. D. Contractor shall inform the Trash and Recycling Director, and the Engineer, of type of Permit-Required Confined Space documentation, permit and program used by the contractor. E. Contractor shall inform the Trash and Recycling Director, and the Engineer, of any hazards confronted or created in a Permit-Required Confined Space. F. The Contractor is responsible to notify the Trash and Recycling Director, and the Engineer, when personnel are to work in, or near, a Non-Permit-Required Confined Space and contractor shall coordinate such work with the Trash and Recycling Director, and the Engineer. G. Contractor shall inform the Trash and Recycling Director, and the Engineer, of type of Non-Permit-Required Confined Space documentation and program used by the contractor. H. Contractor shall inform the Trash and Recycling Director, and the Engineer, of any hazards confronted or created in a Non-Permit-Required Confined Space. END OF SECTION 02004 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 02004 – CONFINED SPACES (continued) 02004-Confined Spaces 02004-2 November 2025 THIS PAGE INTENTIONALLY LEFT BLANK Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 02005 – PUBLIC EMPLOYEES RIGHT TO KNOW ACT 02005-Public Employees Right to Know Act 02005-1 November 2025 PART 1 - GENERAL 1.01 WORK INCLUDED A. Comply with OSHA (Occupational Safety and Health Administration) Standards 29 CFR 1910 Occupational Safety and Health Standards including Subpart H, Hazardous Materials, Standard 1910.120, of the Code of Federal Regulations and as follows. B. Comply with State of Arkansas Act 556 of 1991, Arkansas Code Ann. Sec 8-7-1101 et. Seq.: Public Employees Chemical Right to Know Act, and as follows. C. The Contractor is responsible for ensuring that safe working conditions exist and safety procedures are being followed at the work site. The Contractor is responsible to comply with all Federal, State and City laws, rules or regulations stated or not stated within these specifications. D. The Contractor shall provide to the Trash and Recycling Director, and the Engineer, a list of all hazardous chemicals and a copy of the appropriate Safety Date Sheets (SDS) previously aka Material Safety Data Sheets) brought onto the property. This information is required prior to any work being started. E. The City will provide to the contractor a list of hazardous chemicals at any City facility where work is being performed. The locations and SDS information will be provided prior to any work starting. The contractor is responsible for disseminating this information to its employees. END OF SECTION 02005 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 02005 – PUBLIC EMPLOYEES RIGHT TO KNOW ACT (continued) 02005-Public Employees Right to Know Act 02005-2 November 2025 THIS PAGE INTENTIONALLY LEFT BLANK Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01010 - SPECIAL CONDITIONS 01010-Special Conditions 01010-1 November 2025 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 Section 00700, General Conditions, all fees except for state mandated craft fees for City of Fayetteville issued permits will be waived. 1.02 WORKING HOURS A. Working hours shall be 6:00 a.m. to 6:00 p.m. Monday through Friday excluding official City Holidays. Work beyond these hours or on weekends shall require prior approval of the Engineer and Owner. 1.03 CONSTRUCTION PERIOD A. Demolition and Construction Activities 1. All construction activities associated with the baler sump shall be limited to a consecutive fourteen (14) day calendar period. The Contractor shall be subject to Liquidated Damages in the amount of Two Hundred Fifty Dollars ($250.00) per calendar day for each day the baler sump remains incomplete and the Recycling Processing Facility cannot be restored to its full operational capacity following the consecutive fourteen (14) day calendar period. END OF SECTION01010Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01010 - SPECIAL CONDITIONS (continued) 01010-Special Conditions 01010-2 November 2025 THIS PAGE INTENTIONALLY LEFT BLANKAp pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01111 - SITE CONDITIONS 01111-Site Conditions 01111 -1 November 2025 PART 1 GENERAL 1.01 SCOPE OF WORK A. In general, follow the guidelines below when dealing with existing conditions on or adjacent to the site. These guidelines are not intended to restrict or replace professional judgment by the Contractor. 1.02 RELATED SECTIONS A. Section 00800 – Supplementary Conditions B. Section 01110 – Summary of Work 1.03 SITE CONDITIONS A. Site Information 1. The Contractor is advised that the Fayetteville Transfer Station and Materials Processing Facility is an active facility and that the Materials Processing Facility will be operational during the construction period. Contractor shall ensure that access to the Materials Processing Facility is not interrupted at any time. 2. Confine all activities to public rights-of-way or to the Owner’s property unless specific authorization is granted to use other properties. B. Subsurface Information 1. Available subsurface information is defined in Section 00800 under Paragraph SC-1.28, Subsurface Data. If available, the Contractor may obtain copies of geotechnical and/or environmental reports from the Engineer. 2. The information contained in the reports identified above is based on surface observations only at specific locations at the site or is based on subsurface conditions only at specific boring locations, and only at the time that the observations and borings were conducted. The Contractor should not infer that this technical data is indicative of the entire site. Further, the Bidder is required to conduct additional site investigations as necessary to satisfy any additional questions prior to Bidding. 3. The reliability of the reports identified above is defined in Section 00800 under Paragraph SC-1.28, Subsurface Data. The Contractor is not entitled to rely upon any other information or data known to or identified by Owner and Engineer. C. Site Investigation and Representation 1. The Contractor acknowledges that he has satisfied himself as to the nature and location of the Work; the general and local conditions, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads, and uncertainties of weather, river/stream stages, or similar physical Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01111 - SITE CONDITIONS (continued) 01111-Site Conditions 01111 -2 November 2025 conditions at the site; the conformation and conditions of the ground; the character of equipment and facilities needed preliminary to and during the prosecution of the Work and all other matters which can in any way affect the Work or the cost thereof under this Contract. 2. The Contractor further acknowledges that he has satisfied himself as to the character, quality, and quantity of surface and subsurface materials to be encountered from inspecting the site and from evaluating any information on subsurface and physical conditions provided by the Owner. Any failure by the Contractor to acquaint himself with all the available information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully performing the Work. Neither the Owner nor the Engineer assumes responsibility for any conclusion or interpretation made by the Contractor based on the information made available by the Owner or the Engineer. 3. The Contractor shall be responsible for the notification of utility location services, including Arkansas 811 and other utilities location services not specifically listed, sufficiently in advance of excavation activities to allow for the field location of any underground utilities and structures. The Arkansas 811 telephone number is 1-800-482-8998. A minimum of 48 hours prior notification is required. D. Responsibility for Utility Properties and Service 1. The Drawings show known utilities and structures adjacent to or to be encountered in the Work. The locations shown are taken from existing records and the best information available from existing plans; however, it is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. This information is shown only for the Contractor’s convenience, and neither the Owner nor the Engineer assumes any responsibility as to its accuracy or completeness. The Contractor shall make every effort to locate all underground utilities and structures by prospecting in advance of excavation activities. 2. Neither the Owner nor his officers or agents shall be responsible for damages as a result of the Contractor's failure to protect utilities encountered in the Work. 3. Provide unobstructed access to fire hydrants, underground conduit, manholes, and water or gas valve boxes. 4. Where the Contractor’s operations are adjacent to existing utilities and services; and when operations could cause damage that would result in considerable loss, expense and inconvenience; then the Contractor shall not commence the Work until making 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, storm drain, irrigation or other systems. 5. Notify all utility offices that are affected by the construction operation at least fifteen (15) days in advance of commencing construction operations. Do not expose any utility without first obtaining permission from the affected agency. Once permission has been granted, locate and if necessary, expose and provide temporary support for all existing underground utilities in advance of operations. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01111 - SITE CONDITIONS (continued) 01111-Site Conditions 01111 -3 November 2025 6. 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 brought because of any injuries or damage that may result from the construction operations under this Contract. 7. In the event of interruption to domestic water, sanitary sewer, storm drain, or other utility services because of accidental breakage due to construction operations, the Contractor shall promptly notify the proper authority, cooperate with said authority in restoration of service as promptly as possible, and bear all costs of repair. In no event shall interruption of any public or franchised utility service be allowed unless the owner of the utility grants prior approval. 8. Replace at Contractor’s expenses any existing utilities or structures removed or damaged during construction, unless the Contract Documents indicate otherwise. 9. Where existing utility lines or structures are so located as to physically conflict with permanent structures to be constructed under this Contract, the conflicting utility line or structure shall be permanently relocated. Such relocations shall be considered as required by this Contract. 10. Give immediate notice to the Engineer, the Owner, and the owner of the utility (where applicable) when a physical conflict or interference is determined to exist; and then obtain approval to relocate such utility or to discontinue service therein from the Engineer and the owner of the utility. The owner of the utility shall have the right to do all work required to discontinue, relocate, and replace interfering utilities and charge the Contractor for all costs thereof. When approved by the Engineer and the owner of the utility, all work required to discontinue, relocate, and replace interfering utilities may be done by the Contractor. All such discontinuance, relocation, and replacement shall be accomplished in accordance with all requirements of the owner of the utility. 11. When notified by the Contractor that an interference or conflict has been determined to exist, the Engineer will determine whether such interference shall be considered as required by construction or as incidental to construction. 12. Where existing utility lines or structures are so located as to interfere with the Contractor's prosecution of the Work, but do not physically conflict with permanent structures to be constructed under this Contract; then any modification, alteration, or relocation of interfering utility, either permanent or temporary, shall be accomplished at the expense of the Contractor. E. Interfering Structures 1. Take necessary precautions to prevent damage to existing structures whether on the surface, aboveground, or underground. An attempt has been made to show major structures on the Drawings. While the information has been compiled from the best available sources, its completeness and accuracy cannot be guaranteed, and it is presented as a guide to avoid known possible difficulties. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01111 - SITE CONDITIONS (continued) 01111-Site Conditions 01111 -4 November 2025 2. Protect existing structures from damage, 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 at least their original condition and to the satisfaction of the Engineer. 3. The Contractor may, with the approval of the Engineer and without additional compensation, remove and replace in a condition as good as or better than original, any small interfering structures such as fences and signposts that interfere with the Contractor's operations. F. Field Relocation 1. During the progress of the Work, minor relocations of the Work may be necessary that do not require changes in the Contract time or price. Make such relocations only at the direction of the Engineer (by Field Order). If existing structures are encountered that will prevent construction as shown, notify the Engineer before continuing with the Work in order that the Engineer may make such field revisions as necessary to avoid conflict with the existing structures. If the Contractor fails to notify the Engineer when an existing structure is encountered and proceeds with the Work despite this interference, the Contractor shall be responsible for any damage that may occur. G. Land Monuments 1. Preserve or replace any existing federal, state, county, city, or private land monuments encountered. A land surveyor, licensed in the state where the project is located, shall replace damaged or missing monuments at the Contractor's expense. 1.04 PAYMENT PROCEDURES A. The Work specified in this Section shall be considered incidental and payment will be included as part of the appropriate lump sum or unit price bid items in the Bid Form. PART 2 PRODUCTS – Not Used PART 3 EXECUTION – Not Used END OF SECTION 01111 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01300 - SUBMITTALS 01300-Submittals 01300-1 November 2025 7PART 1 GENERAL 1.01 SCOPE OF WORK A. This Section specifies the general methods and requirements of submissions applicable to Shop Drawings, Materials and Product Data, Test Results, Samples, Permits, Construction Photos, and Construction or Submittal Schedules. Additional general submission requirements are contained the General Conditions. Detailed submittal requirements are specified in the technical sections. B. Clearly identify all submittals by reference to Section Number, Paragraph, Drawing Number or Detail as applicable. Submittals shall be clear and legible and of sufficient size for presentation of data. 1.02 SCHEDULING A. Coordination of Submittal Times: Prepare and transmit each submittal sufficiently in advance of performing the related work or other applicable activities, or within the time specified for the associated work of other related Sections. The Work shall not be delayed by processing times and issues involving the following: disapproval and resubmittal (if required); coordination with other submittals; or for testing, purchasing, fabrication, delivery, and similar sequenced activities. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. PART 2 PRODUCTS 2.01 SHOP DRAWINGS, MATERIALS AND PRODUCT DATA, SAMPLES A. Shop Drawings 1. Shop drawings as specified in individual Sections include custom-prepared data such as fabrication and erection or installation drawings, scheduled information, setting diagrams, actual shop work manufacturing instructions, custom templates, special wiring diagrams, coordination drawings, individual system or equipment inspection reports, and test reports including performance curves and certifications. 2. All shop drawings submitted by subcontractors shall be sent directly to the Contractor for checking. The Contractor shall be responsible for their submission at the proper time so as to 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 otherwise in error to the subcontractors for correction before submission to the Engineer. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01300 – SUBMITTALS (continued) 01300-Submittals 01300-2 November 2025 4. All 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 measurements 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 sections. When required, furnish test data to indicate material and installation compliance with the appropriate specification or standard. Materials requiring certification include, but are not limited to the following: select material, topsoil, sand, rock, crushed stone, concrete, grout, slurry, metals, etc. Compliance or certification statements may include manufacturer's printed statements of compliances and applicability; production or quality control inspection/test reports; certifications; mill reports; and long and short-term storage instructions. 2. Submit product data in accordance with the individual specification sections. Product data shall include, but not be limited to the following: standard prepared manufacturer’s product data (sometimes referred to as catalog data or cut sheets); manufacturer's product specification and installation instructions; availability of colors, patterns and materials; manufacturer's printed statements of compliances and applicability; roughing-in diagrams and templates; product photographs; standard wiring diagrams; printed performance curves and operational-range diagrams; production or quality control inspection and test reports and certifications; mill reports; product operating and maintenance instructions; long and short term storage instructions; recommended spare parts listings; and printed product warranty documentation. 3. In addition to the list of recommended spare parts, submit a separate list of spare parts that will be provided by the manufacturer with the equipment, as required by the individual equipment specifications. During the startup of the equipment, the manufacturer’s representative, in coordination with the Contractor, shall verify that all required spare parts have been delivered to the project site and are in satisfactory condition for use by the Owner. At Final Completion, compile two (2) copies of each required (delivered) spare parts list and deliver such to the Owner. Organize the spare parts lists into an orderly sequence based on the table of contents of the Project Manual and include the number of parts delivered and the part number of each. 2.02 PERMITS A. Construction and Environmental Permits 1. Submit permits in accordance with the contract documents or in individual technical specification sections. When required, furnish copies of permits from governmental agencies for the following: demolition permits, street closure and crossing permits, highway and railroad permits, environmental permits, building permits, grading permits, blasting permits, and safety permits. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01300 – SUBMITTALS (continued) 01300-Submittals 01300-3 November 2025 2.03 PROFESSIONAL ENGINEER (P.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 CONTRACTOR'S RESPONSIBILITIES A. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: 1. Conformance of materials and equipment with related Sections 2. Equipment (or field) measurements 3. Equipment (or field) construction criteria 4. Catalog numbers and similar data 3.02 SUBMISSION REQUIREMENTS A. Make submittals promptly in accordance with approved schedule and in such sequence as to cause no delay in the Work or in the work of any other subcontractor. B. Each submittal, appropriately coded, will be returned within 20 business days following receipt of submittal by the Engineer. C. Number of submittals required: 1. Electronic Copies: Provide one (1) electronic copy (scanned PDF file) of each shop drawing, structural drawing, and material and product data sheets to the Engineer. Include Contractor’s submittal cover sheet and certification statement in electronic copy. 2. Samples: Submit the number stated in the respective Sections. D. Submittals shall contain: 1. The dates of receipt by the Contractor and submission to the Engineer, and the dates of any previous submissions, 2. The Project title and number, 3. Contractor identification, 4. The names of the Contractor, 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 ASTM or Federal Standards numbers, 9. Identification of deviations from Contract Documents, 10. Identification of revisions on resubmittals, 11. A 4-inch by 8-inch (4" x 8") blank space for Contractor and Engineer stamps, Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01300 – SUBMITTALS (continued) 01300-Submittals 01300-4 November 2025 12. Where calculations are required to be submitted by the Contractor, the calculations shall have been checked by a qualified individual other than the preparer. The submitted calculations shall clearly show the names of the preparer and of the checker. E. Affix the following Certification Statement to each submittal, along with the Contractor’s Company name and signature of the Contractor: 1. “Certification Statement: By this submittal, I hereby represent that I have determined and verified all equipment (or field) measurements, equipment (or field) construction criteria, materials, dimensions, catalog numbers and similar data, and I have checked and coordinated each item with other applicable approved shop drawings and all Contract requirements.” F. Shop drawings and product data sheets 11 by 17-inch (11"x 17") and smaller shall be bound together in an orderly fashion by specification section and bear the above Certification Statement on the cover sheet. The cover sheet shall fully describe the packaged data and include a listing of all items within the package. Provide to the Resident Project Representative a copy of each transmittal sheet for shop drawings, product data and samples at the time of submittal to the Engineer. G. Utilize a 10-character submittal identification numbering system in the following manner: 1. The first character shall be a D, S, P or M: which represents Shop/Working Drawing and other Product Data (D), Sample (S), Preliminary Submittal (P) or Operating/ Maintenance Manual (M). 2. The next five (5) digits shall be the applicable specification Section Number. 3. The next three (3) digits shall be the numbers 001 to 999, which shall sequentially number each initial separate item or drawing submitted under each specific Section Number. 4. The last character shall be a letter, A to Z, indicating the submission, or resubmission of the same Drawing, i.e., A = 1st submission, B = 2nd submission, C = 3rd submission, etc. A typical submittal number would be as follows: D-03300-008-B D = Shop Drawing 03300 = Specification Section for Concrete 008 = The eighth initial submittal under this section B = The second submission (first resubmission) of that particular shop drawing H. Notify the Engineer in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. I. The review and approval of shop drawings, samples or product data by the Engineer shall not relieve the Contractor from the responsibility of fulfilling the terms of the Contract. All risks of error and omission are assumed by the Contractor, and the Engineer will have no responsibility therefor. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01300 – SUBMITTALS (continued) 01300-Submittals 01300-5 November 2025 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. Fabrication performed 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 delay due to corrections or remedies required to accomplish conformity. K. Project work, materials, and fabrication shall conform to approved shop drawings, applicable samples, and product data. 3.03 REVIEW OF SHOP DRAWINGS, PRODUCT DATA, WORKING DRAWINGS AND SAMPLES A. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. They shall not be construed: 1. As permitting any departure from the Contract requirements 2. As relieving the Contractor of responsibility for any errors, including details, dimensions, and materials 3. As approving departures from details furnished by the Engineer, except as otherwise provided herein B. The Contractor remains responsible for details and accuracy, for coordinating the work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly, and for performing work in a safe manner. C. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements, which Engineer finds to be in the interest of the Owner and to be so minor as not to involve a change in Contract Price or Contract Time, the Engineer may return the reviewed drawings without noting an exception. D. Submittals will be returned to the Contractor under one of the following codes. Code 1 – “NO EXCEPTIONS NOTED” is assigned when there are no notations or comments on the submittal. When returned under this code the Contractor may release the equipment or material for procurement. Code 2 – “COMMENTS 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 procurement; however, all notations and comments must be incorporated into the final product. Code 3 – “COMMENTS NOTED/CONFIRM” 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01300 – SUBMITTALS (continued) 01300-Submittals 01300-6 November 2025 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 – “COMMENTS NOTED/RESUBMIT” is assigned when Engineer’s review notations and comments are extensive enough to require a resubmittal of the package. This resubmittal shall specifically address all comments, omissions and non-conforming items that were noted. Resubmittal shall be received by the Engineer within fifteen 15) calendar days of the date of the Engineer's transmittal requiring the resubmittal. Code 5 – “REJECTED/RESUBMIT” is assigned when the submittal does not meet the intent of the Contract Documents. The Contractor must resubmit the entire package revised to bring the submittal into conformance. It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. At the Engineer’s request, resubmit large packages in two (2) or more, small submittal packages. Code 6 – “RECEIPT ACKNOWLEDGED” is assigned to acknowledge the receipt of a submittal that is not subject to the Engineer’s review and approval; and is being filed for informational purposes only. This code is generally used in acknowledging receipt of means and methods of construction work plan, field conformance test reports, and Health and Safety plans. E. Resubmittals will be handled in the same manner as first submittals. On resubmittals, identify all revisions made to the submittals, either in writing on the letter of transmittal, or on the shop drawings by use of revision triangles or other similar methods. The resubmittal shall clearly respond to each comment made by the Engineer on the previous submission. Additionally, direct specific attention to any revisions made other than the corrections requested by the Engineer on previous submissions. F. The Engineer may elect not to review partial submittals, and will be the only judge as to the completeness of a submittal. Submittals not complete will be returned to the Contractor and will be considered “Not Approved” until resubmitted. The Engineer may at his option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. G. Repetitive Review 1. Shop drawings and other submittals will be reviewed no more than twice at the Owner’s expense. All subsequent reviews will be performed at times 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) resubmission, or any other delay in obtaining Engineer’s review of submittals, will not entitle Contractor to extension of the Contract Time. 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 for manufacture. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01300 – SUBMITTALS (continued) 01300-Submittals 01300-7 November 2025 I. When the shop drawings have been completed to the satisfaction of the Engineer, the Contractor shall carry out the manufacture of products in accordance therewith and shall make no further changes therein except upon written instructions from the Engineer. 3.04 DISTRIBUTION A. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the Engineer. END OF SECTION 01300 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01300 – SUBMITTALS (continued) 01300-Submittals 01300-8 November 2025 PROFESSIONAL ENGINEER (P.E.) CERTIFICATION FORM The undersigned hereby certifies that he/she is a professional engineer registered in the State of Arkansas and that he/she has been employed by Name of Contractor) to design Insert P.E. Responsibilities) in accordance with Specification Section for the Fayetteville Transfer Station Improvements – Baler Sump and Compost Pad Repairs, Bid No. 25- 53. The undersigned further certifies that he/she has performed the design of the item(s) listed above in conformance with all applicable local, State and Federal codes, rules, and regulations, and that his/her signature and P.E. stamp have been affixed to all calculations and drawings used in, and resulting from, the design. The undersigned hereby agrees to make all original design drawings and calculations available to the Owner or Owner's representative within seven (7) days following written request therefor by the Owner. CERTIFIED BY ENGINEER: ACKNOWLEDGED BY CONTRACTOR: Signature Date Signature Date Professional Engineer’s Name Project Manager’s Name Name of Company Name of Contractor Address Address Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 02070 SELECTIVE DEMOLITION 02070-Selective Demolition 02070-1 November 2025 PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals; and demolish selective portions of work shown on the Drawings and as specified herein. B. The work shall include selective demolition of portions of existing buildings, foundations, slabs, and other items encountered during construction activities. C. Except as noted, dispose of all demolished materials and other debris off-site. D. Coordinate demolition activities with the ongoing operations of the Transfer Station and Materials Processing Facility. Exercise due concern for the existing facilities and equipment to remain in operation during construction and direct all construction and demolition activities toward maintaining continuous operation and minimizing disruptions. 1.02 RELATED SECTIONS A. Section 01110 – Summary of Work B. Section 01300 – Submittals 1.03 DEFINITIONS A. Remove: Remove and legally dispose of items except those indicated to be reinstalled, salvaged, or to remain the Owner’s property. B. Remove and Salvage: Items indicated to be removed and salvaged remain the Owner’s property. Remove, clean, and pack or crate items to protect against damage. Identify contents of containers and deliver to Owner’s designated storage area. C. Remove and Reinstall: Remove items indicated; clean, service, and otherwise prepare them for reuse; store and protect against damage. Reinstall items in the same locations or in locations indicated on the Drawings. D. Remove and Replace: Remove and legally dispose of items and replace with new items as indicated. E. Existing to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When 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 MATERIALS OWNERSHIP A. Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain the Owner’s property, demolished materials become the Contractor’s property. Remove Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 02070 SELECTIVE DEMOLITION (continued) 02070-Selective Demolition 02070-2 November 2025 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 Engineer in writing of the proposed schedule. The Owner shall inspect any affected existing equipment and identify those items that are to remain the property of the Owner. No removals shall start without authorization from the Engineer. C. Any such material damaged due to improper handling will not be accepted and the replacement value of the material deducted from the payment to the Contractor. 1.05 SUBMITTALS A. See Section 01300, Submittals for submittal procedures. B. Submit a schedule of selective demolition activities indicating the following: 1. Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity, 2. Sequence of selective demolition shall identify the Contractor’s means and methods for demolition of the existing Transfer Station concrete wearing surface and shall clearly describe how the existing concrete subfloor will be protected from damage during demolition activities. 3. Contractor shall demonstrate their proposed demolition means and methods on an area of the existing concrete subfloor selected by the Owner. The purpose of the demonstration shall be to confirm the Contractor’s proposed demolition means and methods do not result in damage to the existing concrete subfloor. 4. Coordination of Owner’s continuing occupancy of portions of existing site and of Owner’s partial occupancy of completed Work. C. Submit an inventory of items to be removed and salvaged. D. Coordinate with the Owner to prepare an inventory of items to be removed by Owner. E. Submit photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by selective demolition operations. F. 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 02070 SELECTIVE DEMOLITION (continued) 02070-Selective Demolition 02070-3 November 2025 1.06 QUALITY ASSURANCE A. Regulatory Requirements: Comply with governing EPA notification regulations before starting selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. 1.07 PROJECT CONDITIONS A. Provide not less than a 48-hour notice to the Owner prior to the commencement of demolition or removal work and notify the Engineer in writing of the proposed demolition schedule. Owner shall inspect the existing equipment and identify those items that are to remain on the Owner’s property. No removals shall be started without the permission of the Engineer. B. Owner will occupy or continue to utilize portions of the site immediately adjacent to selective demolition areas. Conduct selective demolition so that Owner’s operations will not be disrupted. Provide not less than a 48-hour notice to Owner of activities that will affect Owner’s operations. C. The Owner and Engineer assume no responsibility for actual condition of buildings, structures or equipment to be selectively demolished. The Owner will maintain building and site conditions existing at the time of bidding insofar as practical. However, variations within a structure or at the site may occur prior to the start of demolition work. D. Storage or sale of removed items or materials on-site will not be permitted. E. The Contractor shall be required to file a Notice of Intent (NOI) to remove asbestos containing materials, prepare an abatement plan in accordance with state and federal regulations, and accomplish the removal of asbestos containing material accordingly. Asbestos abatement shall conform to the following: 1. Arkansas Pollution Control & Ecology Commission, Regulation 21 - Arkansas Asbestos Abatement Regulation. 2. U.S. Department of Labor, Occupational Safety and Health Administration, 29 CFR 1926.1101, Asbestos. 1.08 WARRANTY A. Existing Special Warranty: Remove, replace, patch, and repair materials and surfaces that are cut or damaged during selective demolition by methods and with materials so as not to void existing warranties. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 02070 SELECTIVE DEMOLITION (continued) 02070-Selective Demolition 02070-4 November 2025 PART 2 PRODUCTS 2.01 MATERIALS A. Use repair materials identical to existing materials. 1. Where identical materials are unavailable or cannot be used for exposed surfaces, use materials that visually match existing adjacent surfaces to the fullest extent possible. 2. Use materials whose installed performance equals or surpasses that of existing materials. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that utilities have been disconnected and capped. B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. Inventory and record the condition of items to be removed and reinstalled and the condition of items to be removed and salvaged. D. When unanticipated mechanical, electrical, or structural elements are encountered that conflict with the intended function or design, investigate and measure the nature and extent of the conflict. Promptly submit a written report to the Engineer. E. Survey the condition of the building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of the structure or adjacent structures during selective demolition. F. Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities. 3.02 PREPARATION A. Drain, purge, or otherwise remove, collect, and properly dispose of chemicals, gases, explosives, acids, flammables, or other dangerous materials before proceeding with selective demolition operations. B. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission 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. Conduct demolition operations and remove debris to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 02070 SELECTIVE DEMOLITION (continued) 02070-Selective Demolition 02070-5 November 2025 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 improvements, appurtenances, and landscaping to remain. 3. Provide temporary weather protection, during interval between demolition and removal of existing construction, on exterior surfaces and new construction to ensure that no water leakage or damage occurs to structure or interior areas. E. Provide and maintain interior and exterior shoring, bracing, or structural support to preserve stability and prevent movement, settlement, or collapse of building to be selectively demolished. 1. Strengthen or add new supports when required during progress of selective demolition. 3.03 UTILITY SERVICES A. Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. B. Do not interrupt existing utilities serving occupied or operating facilities, except when authorized in writing by Owner and authorities having jurisdiction. Provide temporary services during interruptions to existing utilities, as acceptable to Owner and to governing authorities. C. Provide not less than 48-hour notice to Owner if shutdown of service is required during changeover. Cooperate with the Owner to shut off utilities serving structures of the existing facilities as required by the demolition operations. D. Be solely responsible for making all necessary arrangements and for performing any necessary work involved in connection with the discontinuance or interruption of all public and private utilities or services under the jurisdiction of the utility companies. E. All utilities being abandoned shall be disconnected and terminated at the service mains in conformance with the requirements of the franchised utility companies or the municipality owning or controlling the utility. F. Utility Requirements: Refer to Division 2 for cutting, plugging or relocation of existing buried piping. 3.04 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 02070 SELECTIVE DEMOLITION (continued) 02070-Selective Demolition 02070-6 November 2025 B. Remove and transport debris for disposal in a manner that will prevent spillage on adjacent surfaces and areas. C. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before start of selective demolition. 3.05 SELECTIVE DEMOLITION A. Demolish and remove existing construction only to the extent required by new construction and as indicated on the Drawings. Use methods required to complete Work within limitations of governing regulations and as follows: 1. Proceed with selective demolition systematically, from higher to lower level. 2. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. To minimize disturbance of adjacent surfaces, use hand or small power tools designed for sawing or grinding, not hammering and chopping. 3. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame-cutting operations. Maintain portable fire-suppression devices during flame- cutting operations. 4. Maintain adequate ventilation when using cutting torches. 5. Remove decayed, vermin-infested, or otherwise dangerous or unsuitable materials and promptly dispose of off-site. 6. Locate selective demolition equipment throughout the structure and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 7. Return elements of construction and surfaces to remain to condition existing before start of selective demolition operations. 3.06 STRUCTURAL REMOVALS A. 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 tools. Refer to Division 3 for cutting and repair of existing concrete structures. B. Break up and remove concrete foundations and slabs on grade, unless otherwise shown to remain. C. Remove structural framing members and lower to ground by means of hoists, derricks or other suitable methods to avoid free fall and to prevent ground impact or dust generation. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 02070 SELECTIVE DEMOLITION (continued) 02070-Selective Demolition 02070-7 November 2025 D. Unless otherwise approved by the Engineer, remove concrete, brick, tile, concrete block, roofing materials, reinforcement, structural or miscellaneous metals, plaster, wire mesh, and other items, whole or in part, as shown on the Drawings. 3.07 MECHANICAL REMOVALS – NOT USED 3.08 ELECTRICAL REMOVALS – NOT USED 3.09 PATCHING AND REPAIRS A. Promptly patch and repair holes and damaged surfaces caused to adjacent construction by selective demolition operations. B. Where repairs to existing surfaces are required, patch to produce surfaces suitable for new materials. Completely fill holes and depressions in existing masonry walls to remain with an approved masonry patching material, applied according to manufacturer's printed recommendations. C. Restore exposed finishes of patched areas and extend finish restoration into adjoining construction to remain in a manner that eliminates evidence of patching and refinishing. 3.10 ASBESTOS HANDLING AND DISPOSAL – NOT USED 3.11 LEAD-BASED PAINT HANDLING AND DISPOSAL – NOT USED 3.12 DISPOSAL OF DEMOLISHED MATERIALS A. General: Promptly dispose of demolished materials into Owner-provided waste containers. Do not allow demolished materials to accumulate on-site. On-site storage or sale of items removed is prohibited. B. Burning: Do not burn demolished materials. C. 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. B. Sweep buildings and structures broom clean upon completion of selective demolition operations. C. Change filters on air-handling equipment upon completion of selective demolition operations. END OF SECTION 02070 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 02070 SELECTIVE DEMOLITION (continued) 02070-Selective Demolition 02070-8 November 2025 THIS PAGE INTENTIONALLY LEFT BLANK Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03200 - CONCRETE REINFORCEMENT 03200-Concrete Reinforcement 03200-1 November 2025 PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required and install all concrete reinforcement complete as shown on the Drawings and as specified herein. B. Unless specified otherwise, all materials shall be 100% United States of America domestic products. Exceptions shall be made for specifically named products listed on the Plans and in the Specifications. The Contractor shall provide material certifications listing the country of origin and/or manufacture for all material, pipe, fittings, castings, products, concrete, reinforcement, and appurtenances. 1.02 RELATED SECTIONS A. Section 03250 – Concrete Joints and Joint Accessories B. Section 03300 – Cast-in-Place Concrete C. Section 03740 – Modification or Repair of Existing Concrete 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM), latest edition: 1. ASTM A36 Standard Specification for Carbon Structural Steel 2. ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement 3. ASTM A706 Standard Specification for Deformed and Plain Low-Alloy Steel Bars for Concrete Reinforcement 4. ASTM A722 Standard Specification for High-Strength Steel Bars for Prestressed Concrete 5. ASTM A934 Standard Specification for Epoxy-Coated Prefabricated Steel Reinforcing Bars 6. ASTM A1064 Standard Specification for Carbon-Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete 7. ASTM F3125 Standard Specification for High Strength Structural Bolts, Steel and Alloy Steel, Heat Treated, 120 ksi (830 MPa) and 150 ksi (1040 MPa) Minimum Tensile Strength, Inch and Metric Dimensions Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03200 - CONCRETE REINFORCEMENT (continued) 03200-Concrete Reinforcement 03200-2 November 2025 B. American Concrete Institute (ACI), latest edition: 1. ACI 301 Specifications for Structural Concrete 2. ACI 318 Building Code Requirements for Structural Concrete 3. SP-66 ACI Detailing Manual C. Concrete Reinforcing Steel Institute (CRSI), latest edition: 1. Manual of Standard Practice D. American Welding Society (AWS), latest edition: 1. AWS D1.4 Structural Welding Code–Reinforcing Steel 1.04 SUBMITTALS A. See Section 01300, Submittals for submittal procedures. Submit shop drawings and product data showing materials of construction and details of installation for: 1. Reinforcing steel: Placement drawings shall conform to the recommendations of ACI 301 and SP-66 ACI Detailing Manual. All reinforcement in a concrete placement shall be included on a single placement drawing or cross-referenced to the main pertinent placement drawing. This drawing shall include the additional reinforcement (around openings, at corners, etc.) shown on the standard detail sheets. Bars to have special coatings or to be of special steel or special yield strength are to be clearly identified. 2. Bar bending details: The bars shall be referenced to the same identification marks shown on the placement drawings. Bars to have special coatings or to be of special steel or special yield strength are to be clearly identified. 3. Schedule of all placements to contain synthetic reinforcing fibers. The amount of fibers per cubic yard to be used for each of the placements shall be noted on the schedule. The name of the manufacturer of the fibers and the product data shall be included with the submittal. B. Submit samples of each of the following items. 1. 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03200 - CONCRETE REINFORCEMENT (continued) 03200-Concrete Reinforcement 03200-3 November 2025 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's certification. The certification shall be in accordance with AWS D1.4 when welding of reinforcement is required. 1.05 QUALITY ASSURANCE A. Provide services of a manufacturer's representative having at least two (2) years’ experience in the use of the reinforcing fibers for a preconstruction meeting and assistance during the first placement of the material. 1.06 DELIVERY, HANDLING, AND STORAGE A. Reinforcing steel shall be substantially free from mill scale, rust, dirt, grease, or other foreign matter. B. Reinforcing steel shall be shipped and stored with bars of the same size and shape fastened in bundles with durable tags, marked in a legible manner with waterproof markings showing the same "mark" designations as those shown on the submitted Placing Drawings. C. Reinforcing steel shall be stored off the ground, protected from moisture and kept free from dirt, oil, or other injurious contaminants. PART 2 PRODUCTS 2.01 MATERIALS A. Materials shall be new and shall comply with the following material specifications. B. Deformed Concrete Reinforcing Bars: ASTM A615, Grade 60 deformed bars. C. Concrete Reinforcing Bars required on the Drawings to be field bent or welded: ASTM A706. D. Spiral Reinforcement 1. ASTM A615, Grade 60 for hot-rolled plain or deformed bars 2. ASTM A1064 for cold-drawn wire E. Welded Steel Wire 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: Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03200 - CONCRETE REINFORCEMENT (continued) 03200-Concrete Reinforcement 03200-4 November 2025 a. The actual yield strength of the reinforcing steel based on mill 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. The ratio of the actual ultimate tensile strength to the actual tensile yield strength of the reinforcement shall not be less than 1.25. c. The carbon equivalency (CE) of ASTM A615 bars shall be 0.55 or less. G. Reinforcing Steel Accessories 1. Plastic Protected Bar Supports: CRSI Bar Support Specifications Class 1-Maximum Protection, 2. Stainless Steel Protected Bar Supports: CRSI Bar Support Specifications, Class 2-Moderate Protection, 3. Precast Concrete Block Bar Supports: CRSI Bar Support Specifications, Precast Blocks. Blocks shall have equal or greater strength than the surrounding concrete. H. Tie Wire 1. Tie Wire for Reinforcement shall be 16-gauge or heavier, black annealed wire. I. Mechanical reinforcing steel butt splices shall be positive connecting threaded type couplers such as Lenton rebar splices by Erico Products, Inc.; MRC Couplers by Dayton Superior, or approved equal. They shall meet all ACI 318 Building Code requirements. Bar couplers shall be torqued to manufacturer's recommended value. 1. Unless otherwise noted on the Drawings, mechanical tension splices shall be designed to produce a splice strength in tension or compression of not less than 125 percent (125%) of the ASTM specified minimum yield strength of the rebar in pounds based on the gross area of the rebar. 2. Compression type mechanical splices shall provide concentric bearing from one bar to the other bar and shall be capable of developing the ultimate strength of the rebar in compression. J. Fiber Reinforcement (Fiber mesh): Synthetic reinforcing fiber must meet the requirements of ASTM C1116. Synthetic reinforcing fiber for concrete shall be 100 percent (100%) polypropylene collated, fibrillated fibers as manufactured by Propex Concrete Systems Corp., Chattanooga, Tennessee, or approved equal. Fiber length and quantity for the concrete mix shall be in strict compliance with the manufacturer's recommendations as approved by the Engineer. K. Epoxy-Coated Reinforcing Steel: shall be provided at locations specified on the Drawings. Epoxy-coated bars shall conform to ASTM A934. 2.02 FABRICATION A. Fabrication of reinforcement shall be in compliance with the CRSI Manual of Standard Practice. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03200 - CONCRETE REINFORCEMENT (continued) 03200-Concrete Reinforcement 03200-5 November 2025 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 diameter of not less than that recommended by the CRSI. D. Bar ends that are to be butt spliced, placed through limited diameter holes in metal, or threaded, shall have the applicable end(s) saw-cut. Such ends shall terminate in flat surfaces within 1-1/2 degrees (1.5°) of a right angle to the axis of the bar. E. Spirals (may be substituted for non-spiral ties in circular columns) 1. Provide a minimum of one and one-half (1-1/2) finishing turns at the top and bottom. 2. Splices shall be tension lap splices at least 48 bar diameters, but not less than 12 inches in length. Welded splices shall only be used where specifically approved by the Engineer. 3. Provide spacers as recommended by the CRSI. PART 3 EXECUTION 3.01 INSTALLATION A. Surface condition, bending, spacing and tolerances of placement of reinforcement shall comply with the CRSI Manual of Standard Practice. The Contractor shall be solely responsible for providing an adequate number of bars and maintaining the spacing and clearances shown on the Drawings. B. Except as otherwise indicated on the Drawings, the minimum concrete cover of reinforcement shall be as follows: 1. Concrete cast against and permanently exposed to earth: 3 inches 2. Concrete exposed to soil, water, sludge, or weather: 2 inches 3. Concrete not exposed to soil, water, sludge, or weather: 1-1/2 inches C. Reinforcement which will be exposed for a considerable length of time after being placed shall be coated with a heavy coat of neat cement slurry. D. No reinforcing steel bars shall be welded either during fabrication or erection unless specifically shown on the Drawings or specified, or unless prior written approval has been obtained from the Engineer. All bars that have been welded, including tack welds, without such approval shall be immediately removed from the work. When welding of reinforcement is approved, or called for, it shall comply with AWS D1.4. E. Reinforcing steel interfering with the location of other reinforcing steel, conduits, or embedded items, may 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03200 - CONCRETE REINFORCEMENT (continued) 03200-Concrete Reinforcement 03200-6 November 2025 Engineer. Do not cut reinforcement to install inserts, conduits, mechanical openings, or other items without 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 (100%) for all reinforcement steels splice locations, and at every third intersection (33%) otherwise. Two (2) ties are required at each tie location. H. Reinforcing steel bars shall not be field bent except where shown on the Drawings or specifically authorized in writing by the Engineer. If authorized, bars shall be cold-bent around the standard diameter spool specified in the CRSI. Do not heat bars. Closely inspect the reinforcing steel for breaks. If the reinforcing steel is damaged, replace, Cadweld or otherwise repair as directed by the Engineer. Do not bend reinforcement after it is embedded in concrete unless specifically shown otherwise on the Drawings. 3.02 REINFORCEMENT AROUND OPENINGS A. Unless specific additional reinforcement around openings is shown on the Drawings, provide additional reinforcing steel on each side of the opening equivalent to one half of the cross-sectional area of the reinforcing steel interrupted by an opening. The bars shall have sufficient length to develop bond at each end beyond the opening or penetration. 3.03 SPLICING OF REINFORCEMENT A. Splices designated as compression splices on the Drawings, unless otherwise noted, shall be 30 bar diameters, but not less than 12 inches. The lap splice length for column vertical bars shall be based on the bar size in the column above. B. Tension lap splices shall be provided at all laps in compliance with ACI 318 and as detailed on the Drawings. Class A splices may be used when 50 percent (50%) or less of the bars are spliced within the required lap length. Class B splices shall be used at all other locations. C. Splicing of reinforcing steel in concrete elements noted to be "tension members" on the Drawings shall be avoided whenever possible. However, if required for constructability, splices in the reinforcement subject to direct tension shall be welded to develop, in tension, at least 125 percent 125%) of the specified yield strength of the bar. Splices in adjacent bars shall be offset the distance 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 ACI 318 but not less than 12 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 not position laps midway between supporting beams, or directly over beams of continuous structures. Offset splices in adjacent widths to prevent continuous splices. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03200 - CONCRETE REINFORCEMENT (continued) 03200-Concrete Reinforcement 03200-7 November 2025 E. Mechanical 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 SHRINKAGE AND TEMPERATURE REINFORCEMENT A. Shrinkage and temperature reinforcement shall be provided as indicated on the Drawings . Shrinkage and temperature reinforcing bars should be placed at right angles to structural steel for all structural slabs, unless otherwise specified 3.05 ACCESSORIES A. The Contractor shall be solely responsible for determining, providing and installing accessories such as chairs, chair bars and the like in sufficient quantities and strength to adequately support the reinforcement and prevent its displacement during the erection of the reinforcement and the placement of concrete. B. Use precast concrete blocks where the reinforcing steel is to be supported over soil. C. Stainless steel bar supports or steel chairs with stainless steel tips shall be used where the chairs are set on forms for a concrete surface that will be exposed to weather, high humidity, or liquid including bottom of slabs over liquid containing areas). Use of galvanized or plastic tipped metal chairs is permissible in all other locations unless otherwise noted on the Drawings or specified. D. Alternate methods of supporting top steel in slabs, such as steel channels supported on the bottom steel or vertical reinforcing steel fastened to the bottom and top mats, may be used if approved by the Engineer. 3.06 INSPECTION A. In no case shall any reinforcing steel be covered with concrete until the installation of the reinforcement, including size, spacing and position of the reinforcement has been observed by the Engineer and the Engineer's release to proceed with the concreting has been obtained. The Engineer shall be given ample prior notice of the readiness of placed reinforcement for observation. The forms shall be kept open until the Engineer has finished his/her observations of the reinforcing steel. END OF SECTION 03200 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03200 - CONCRETE REINFORCEMENT (continued) 03200-Concrete Reinforcement 03200-8 November 2025 THIS PAGE INTENTIONALLY LEFT BLANK Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03250 – CONCRETE JOINTS AND JOINT ACCESSORIES 03250-Concrete Joints and Joint Accessories 03250-1 November 2025 PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required and install accessories for concrete joints as shown on the Drawings and as specified herein. 1.02 RELATED SECTIONS A. Section 03200 – Concrete Reinforcement B. Section 03300 – Cast-in-Place Concrete C. Section 03740 – Modification or Repair of Existing Concrete 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM), latest edition: 1. ASTM C1059 Standard Specifications for Latex Agents for Bonding Fresh to Hardened Concrete 2. ASTM D1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) 3. ASTM D1752 Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction 1.04 SUBMITTALS A. See Section 01300, Submittals for submittal procedures. Shop drawings and product data shall include the following: 1. Waterstops: Product data including catalog cut, technical data, storage requirements, splicing methods, and conformity to ASTM standards. 2. Pre-molded joint fillers: 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 ASTM standards. 4. Compressible joint filler: Product data including catalog cut, technical data, storage requirements, installation requirements, location of use, and conformity to ASTM standards. 5. Bonding agents: Product data including catalog cut, technical data, storage requirements, product life, application requirements, and conformity to ASTM standards. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03250 – CONCRETE JOINTS AND JOINT ACCESSORIES (continued) 03250-Concrete Joints and Joint Accessories 03250-2 November 2025 6. Expansion joint dowels: Product data including dowels, coatings, lubricants, expansion caps, installation requirements, and conformity to ASTM standards. B. Certifications: 1. Certification that all materials used within the joint system are compatible with each other. PART 2 PRODUCTS 2.01 GENERAL A. The use of manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration. B. All materials used together in a given joint (bond breaker, backer rods, joint fillers, sealants, etc.) shall be compatible with one another. Coordinate selection of supplies and products to ensure compatibility. Under no circumstances shall asphaltic bond breakers of joint fillers be used in joints receiving sealant. 2.02 MATERIALS A. Waterstops 1. Plastic waterstop – Non-expansion joint in liquid retaining structure: 9 inches by 3/8 inch 9 x 3/8) ribbed type flat waterstops in base slabs and 6 inches by 3/8 inch (6 x 3/8) ribbed type flat waterstops otherwise. Plastic waterstop shall be made by extruding elastomeric plastic compound with polyvinylchloride as the basic resins. Minimum tensile strength of waterstops shall be 1,750 psi. Waterstops shall be style FR-6380 by Paul Murphy Plastics Co., Roseville, Michigan; Style 679 by Greenstreak Plastic Products, St. Louis, Missouri; Style R6-38 by Vinylex Corp., Knoxville, Tennessee; or approved equal. 2. Pre-formed adhesive waterstops: The waterstops shall be a formulated compound of bentonite/butyl that swells upon contact with water. The waterstops shall be Waterstop RX 101 as manufactured by CETCO of Arlington Heights, Illinois, or approved equal. Primer for the material shall be as recommended by the waterstop manufacturer. Waterstop RX 102 shall be used in all locations where there is less than 3-inch concrete cover above pre-formed adhesive waterstop. B. Pre-molded Joint Filler 1. Pre-molded joint filler – structures: Self-expanding cork, pre-molded joint filler shall conform to ASTM D1752 Type III. The thickness shall be 3/4 inch unless otherwise shown on the Drawings. 2. Pre-molded joint fillers – sidewalk and roadway concrete pavements or where fiber joint filler is specifically noted on the Drawings. The joint filler shall be asphalt-impregnated fiber Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03250 – CONCRETE JOINTS AND JOINT ACCESSORIES (continued) 03250-Concrete Joints and Joint Accessories 03250-3 November 2025 board conforming to ASTM D1751. Thickness shall be 3/4 inch unless otherwise shown on the Drawings. C. Bond Breaker 1. Bond breaker tape shall be an adhesive-backed glazed butyl or polyethylene tape which will satisfactorily adhere to the pre-molded joint filler or concrete surface as required. The tape shall be the same width as the joint. 2. Bond breaker for concrete other than where tape is specifically called for shall be either bond breaker tape or a non-staining type bond prevention coating such as Williams Tilt-up Compound by Williams Distributors, Inc.; Silcoseal 77, by SCA Construction Supply Division, Superior Concrete Accessories; or approved equal. D. Bonding Agent 1. Epoxy bonding agent shall be as specified in Section 03740, Modification or Repair of Existing Concrete. PART 3 EXECUTION 3.01 INSTALLATION A. Waterstops 1. Install waterstops for all joints where indicated on the Drawings. Waterstops shall be continuous around all corners and intersections so that a continuous seal is provided. Splices shall be made by welding in accordance with the manufacturer's recommendations, subject to acceptance of the Engineer. Only manufacturer's special approved tools shall be used for welding. The finished splices shall provide a cross-section that is dense and free of porosity. 2. To properly secure waterstops in wall joints before concrete is placed, drill holes in waterstops approximately 1 inch from each edge or between the outermost ribs at each edge unless integral fastening system is provided) and center the waterstop in the joint. Tie both edges of the waterstop to reinforcing steel with black annealed steel tie wire as specified for tying reinforcing steel and secure in place so that the waterstop will be perpendicular to the joint and remain in the required position during concrete placement. 3. 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. 5. Each piece of the waterstop shall be of maximum practicable length to provide a minimum number of splices. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03250 – CONCRETE JOINTS AND JOINT ACCESSORIES (continued) 03250-Concrete Joints and Joint Accessories 03250-4 November 2025 6. Waterstops shall be installed so that half of the width will be embedded on each side of the joint. Care shall be exercised to ensure that the waterstops is completely embedded in void- free concrete. 7. Install pre-formed adhesive waterstops, including concrete surface preparation and application of primers, in accordance with the recommendations of the waterstop manufacturer. B. Construction Joints 1. Make construction joints only at locations shown on the Drawings or as approved by the Engineer. Any additional or relocation of construction joints proposed by the Contractor, must be submitted to the Engineer for written approval. 2. Additional or relocated joints should be located where they least impair strength of the member. In general, locate joints within the middle third of spans of slabs, beams and girders. However, if a beam intersects a girder at the joint, offset the joint a distance equal to twice the width of the member being connected. Locate the joints in walls and columns at the underside of floors, slabs, beams, or girders and at tops of footings or floor slabs. Do not locate joints between beams, girders, column capitals, or drop panels and the slabs above them. Do not locate joints between brackets or haunches and walls or columns supporting them. 3. All joints shall be perpendicular to main reinforcement. Continue reinforcing steel through the joints as indicated on the Drawings. 4. Provide sealant grooves for joint sealant where indicated on the Drawings. 5. At all construction joints and at concrete joints designated on the Drawings to be roughened", uniformly roughen the surface of the concrete to a full amplitude (distance between high and low points or side to side) of approximately 1/4 inch with suitable tools to expose a fresh face. Thoroughly clean joint surfaces of loose or weakened materials by waterblasting or sandblasting and prepare for bonding. At least two (2) hours before and again shortly before the new concrete is deposited, the joints shall be saturated with water. After glistening water disappears, the joints shall be given a thorough coating of neat cement slurry mixed to the consistency of very heavy paste. The surfaces shall receive a coating at least 1/8-inch-thick, well-scrubbed-in by means of stiff bristle brushes whenever possible. Horizontal wall joints with no access to the earlier concrete placement surface shall have the roughened surface thoroughly coated with a neat cement slurry of pouring consistency. New concrete shall be deposited before the neat cement dries. 6. In lieu of the 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 accordance with manufacturer's recommendations and as specified in Section 03740 with respect to preparation of surfaces and applications of bonding agent. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03250 – CONCRETE JOINTS AND JOINT ACCESSORIES (continued) 03250-Concrete Joints and Joint Accessories 03250-5 November 2025 7. Provide waterstops in all wall and slab construction joints in liquid containment structures and at other locations shown on the Drawings. 8. Keyways shall not be used in construction joints unless specifically shown on the Drawings or approved by the Engineer. C. Control Joints 1. Provide sealant grooves, sealants and waterstops at control joints in slabs on grade and walls as detailed. Provide waterstops at all wall and slab control joints for water containment structures and at all other locations identified on the Drawings. 2. Control joints may be sawed if specifically approved by the Engineer. If control joint grooves are sawed, properly time the saw cutting with time of the concrete set. Start cutting as soon as concrete has hardened sufficiently to prevent aggregates from being dislodged by the saw. Complete cutting before shrinkage stresses have developed sufficiently to induce cracking. No reinforcing shall be cut during sawcutting. 3. Extend every other bar for reinforcing steel through control joints or as indicated on the Drawings. Where specifically noted on the Drawings, coat the concrete surface with a bond breaker prior to placing new concrete against it. Avoid coating reinforcement or waterstops with bond breaker at these locations. END OF SECTION 03250Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03250 – CONCRETE JOINTS AND JOINT ACCESSORIES (continued) 03250-Concrete Joints and Joint Accessories 03250-6 November 2025 THIS PAGE INTENTIONALLY LEFT BLANK Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03300 CAST-IN-PLACE CONCRETE 03300-Cast-in-Place Concrete 03300-1 November 2025 PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor and materials required and install cast-in-place concrete as shown on the Drawings and as specified herein. 1.02 RELATED SECTIONS A. Section 03200 – Concrete Reinforcement B. Section 03250 – Concrete Joint Accessories C. Section 03740 – Modification or Repair of Existing Concrete 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) International, latest edition: 1. ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field 2. ASTM C33 Standard Specification for Concrete Aggregates 3. ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens 4. ASTM C42 Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete 5. ASTM C94 Standard Specification for Ready-Mixed Concrete 6. ASTM C143 Standard Test Method for Slump of Hydraulic Cement Concrete 7. ASTM C150 Standard Specification for Portland Cement 8. ASTM C156 Standard Test Method for Water Loss [from a Mortar Specimen] Through Liquid Membrane-Forming 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 C173 Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03300 CAST-IN-PLACE CONCRETE (continued) 03300-Cast-in-Place Concrete 03300-2 November 2025 12. ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method 13. ASTM C260 Standard Specification for Air-Entraining Admixtures for Concrete 14. ASTM C309 Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete 15. ASTM C311 Standard Test Methods for Sampling and Testing Fly Ash or Natural Pozzolans for Use in Portland-Cement Concrete 16. ASTM C330 Specification for Lightweight Aggregates for Structural Concrete 17. ASTM C494 Standard Specification for Chemical Admixtures for Concrete 18. ASTM C567 Test Method for Determining Density of Structural Lightweight Concrete 19. ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete 20. ASTM C881 Specification for Epoxy-Resin-Base Bonding Systems for Concrete 21. ASTM C1611 Standard Test Method for Slump Flow of Self-Consolidating Concrete 22. ASTM E1745 Standard Specification for Plastic Water Vapor Retarders Used in Contact with Soil or Granular Fill under Concrete Slabs B. American Concrete Institute (ACI), latest edition: 1. ACI 211.1 Standard Practice for Selecting Proportions for Normal, Heavyweight and Mass Concrete 2. ACI 301 Specifications for Structural Concrete 3. ACI 303.1 Standard Specification for Cast-in-Place Architectural Concrete 4. ACI 304 Guide for Measuring, Mixing, Transporting, and Placing Concrete 5. ACI 304.2 Placing Concrete by Pumping Methods 6. ACI 305.1 Guide to Hot Weather Concreting 7. ACI 306.1 Guide to Cold Weather Concreting 8. ACI 308 Guide to External Curing of Concrete 9. ACI 309 Guide for Consolidation of Concrete Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03300 CAST-IN-PLACE CONCRETE (continued) 03300-Cast-in-Place Concrete 03300-3 November 2025 10. ACI 318 Building Code Requirements for Structural Concrete and Commentary 11. ACI 350 Code Requirements for Environmental Engineering Concrete Structures 1.04 SUBMITTALS A. See Section 01300, Submittals for submittal procedures. Shop drawings and product data shall include the following: 1. Concrete mix designs for all classes of concrete proposed for use on the project. 2. Sources of cement, pozzolan, and aggregates. 3. Material Safety Data Sheets (MSDS) for all concrete components and admixtures. 4. Air-entraining admixture: Product data including catalog cut, technical data, storage requirements, product life, recommended dosage, temperature considerations, and conformity to ASTM standards. 5. Water reducing admixture: Product data including catalog cut, technical data, storage requirements, product life, recommended dosage, temperature considerations, and conformity to ASTM standards. 6. High range water-reducing admixture (super-plasticizer): Product data including catalog cut, technical data, storage requirements, product life, recommended dosage, temperature considerations, retarding effect, slump range, and conformity to ASTM standards. Identify proposed locations of use. 7. Sheet curing material: Product data including catalog cut, technical data, and conformity to ASTM standard. 8. Liquid curing compound: Product data including catalog cut, technical data, storage requirements, product life, application rate, and conformity to ASTM standards. Identify proposed locations of use. B. Samples 1. Fine and coarse aggregates if requested for examination by the Engineer. C. Furnish test data to indicate compliance with the following: 1. 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03300 CAST-IN-PLACE CONCRETE (continued) 03300-Cast-in-Place Concrete 03300-4 November 2025 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. Laboratories affiliated with the Contractor or in which the Contractor or its officers have a beneficial interest are not acceptable. 1.05 QUALITY ASSURANCE A. Only one source of cement and aggregates shall be used on any one structure. Concrete shall be uniform in color and appearance. B. Furnish manufacturer or supplier certifications for all products and materials. C. Well in advance of placing concrete, the Contractor shall discuss with the Engineer the sources of individual materials and batched concrete proposed for use. Contractor shall discuss placement methods, waterstops and curing. Contractor shall propose methods of hot and cold weather concreting as required. D. A meeting shall be held prior to placement of plasticized concrete. The plasticizer (high range water reducer) manufacturer's representative and the Contractor shall be available to discuss the properties and techniques of batching and placing plasticized concrete. E. If during the progress of the work, it is impossible to secure concrete of the required workability and strength with the materials being furnished, the Engineer may order such changes in proportions or materials, or both, as may be necessary to secure the desired properties. All changes so ordered shall be made at the Contractor's expense. F. If during the progress of the work, the materials from the sources originally accepted change in characteristics, the Contractor shall, at his/her expense, make new acceptance tests of aggregates and establish new design mixes. Such testing and design shall be accomplished with the assistance of an independent testing laboratory acceptable to the Engineer. G. Reinforced concrete shall comply with ACI 318, the recommendations of ACI 350 , and other stated specifications, codes and standards. H. The responsibility for field testing is defined in Section 01450, Field Quality Control. However, the Contractor shall provide sufficient quality assurance field testing of concrete to provide confirmation 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. I. Samples of constituents and of concrete as-placed will be subjected to laboratory tests. All materials incorporated in the Work shall conform to accepted samples. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03300 CAST-IN-PLACE CONCRETE (continued) 03300-Cast-in-Place Concrete 03300-5 November 2025 1.06 DELIVERY, STORAGE, AND HANDLING A. Cement: Store in weathertight buildings, bins, or silos to provide protection from dampness and contamination and to minimize warehouse set. B. Aggregate: Arrange and use stockpiles to avoid excessive segregation or contamination with other materials or with other sizes of like aggregates. Do not use frozen or partially frozen aggregate. C. Sand: Arrange and use stockpiles to avoid contamination. Allow sand to drain to a uniform moisture content before using. Do not use frozen or partially frozen aggregates. D. Admixtures: Store in closed containers to avoid contamination, evaporation or damage. Provide suitable agitating equipment to assure uniform dispersion of ingredients in admixture solutions which tend to separate. Protect liquid admixtures from freezing and other temperature changes which could adversely affect their characteristics. E. Pozzolan: Store in weathertight buildings, bins, or silos to provide protection from dampness and contamination. F. Sheet Curing Materials: Store in weathertight buildings or off the ground and under cover. G. Liquid curing compounds: Store in closed containers. PART 2 PRODUCTS 2.01 GENERAL A. The use of manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired. B. Like items or materials shall be the end products of one manufacturer in order to provide standardization for appearance, maintenance, and manufacturer's service. 2.02 MATERIALS A. Materials shall comply with these Specifications and any applicable state or local requirements. B. Cement: Domestic Portland cement complying with ASTM C150. Air entraining cements shall not be used. Cement brand shall be subject to approval by the Engineer and one brand shall be used throughout the Work. Refer to Table 1 for cement type(s) to be used with each class of concrete. C. Fine aggregate: Washed natural sand conforming to the requirements of ASTM C33. D. Coarse aggregate: Well-graded crushed stone or washed gravel conforming to the requirements of ASTM C33. Grading requirements shall be listed in ASTM C33 Table 2 for the specified coarse aggregate size number. Limits of Deleterious Substances and Physical Property Requirements shall be listed in ASTM 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 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03300 CAST-IN-PLACE CONCRETE (continued) 03300-Cast-in-Place Concrete 03300-6 November 2025 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. Water: Potable water free from injurious amounts of oil, alkali, organic matter, or other deleterious substances, and meet the requirements of ASTM C1602. F. Admixtures: Admixtures shall be free of chlorides and alkalis (except for those attributable to water). When it is required to use more than one (1) admixture in a concrete mix, the admixtures shall be from the same manufacturer. Admixtures shall be compatible with the concrete mix including other admixtures. 1. Air entraining admixture. The admixture shall comply with ASTM C260. Proportioning and mixing shall be in accordance with manufacturer's recommendations. 2. Water reducing agent. The admixture shall comply with ASTM C494, Type A. Proportioning and mixing shall be in accordance with manufacturer's recommendations. 3. High-Range Water Reducer (Plasticizer). The admixture shall comply with ASTM C494 Type F and shall result in non-segregating plasticized concrete with little bleeding and with physical properties of low water/cement ratio concrete. The treated concrete shall be capable of maintaining plastic state in excess of 30 minutes to two (2) hours depending upon the product used. Proportioning and mixing shall be in accordance with manufacturer's recommendations. 4. Admixtures causing retarded or accelerated setting of concrete shall not be used without written approval from the Engineer. When allowed, the admixtures shall be retarding or accelerating water reducing or high range water reducing admixtures. G. Pozzolan (Fly ash) 1. Pozzolan shall be Class C fly ash complying with ASTM C618, including the requirements of Table 1 except the Loss of Ignition (LOI) shall be limited to 3 percent (3%) maximum. 2. Testing of the fly ash and/or the fly ash and concrete mixture is required to provide test data confirming that the fly ash in combination with the cement to be used meets all strength requirements and is compatible with the other concrete additives. Provide material certifications from the fly ash supplier. a. Pozzolan shall be tested in compliance with ASTM C311 with the following restriction: A minimum of one (1) sample weighing four (4) pounds shall be taken from each 200 tons of pozzolan supplied for the project. H. Sheet Curing Materials: Waterproof paper, polyethylene film, or white burlap-polyethylene sheeting all complying with ASTM C171. I. Liquid Curing Compound: Liquid membrane-forming curing compound 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03300 CAST-IN-PLACE CONCRETE (continued) 03300-Cast-in-Place Concrete 03300-7 November 2025 J. Vapor Retarder: Vapor retarder shall be Stego 10 mil Class A vapor retarder or approved equal. 2.03 MIXES A. Development of mix designs and testing shall be by a concrete ready-mix supplier acceptable to the Engineer, engaged by and at the expense of the Contractor. B. Select proportions of ingredients to meet the design strength and materials limits specified in Table 1 and produce concrete having proper placability, durability, strength, appearance, and other required properties. Proportion ingredients to produce a homogenous mixture which will readily work in corners and angles of forms and around reinforcement without permitting materials to segregate or allowing excessive free water to collect on the surface. C. The design mix shall be based on historical experience and previous experience with prior mixes with essentially the same proportions of the same constituents or, if not available, be developed by laboratory tests. 1. If developed by laboratory tests, water content of the concrete shall be based on a curve showing the relation between water cementitious ratio and seven (7) and 28-day compressive strengths of concrete made using the proposed materials. The curves shall be determined by four or more points, each representing an average value of at least three (3) test specimens at each age. The curves shall have a range of values sufficient to yield the desired data, including the compressive strengths specified, without extrapolation. The water content of the concrete mixes to be used, as determined from the curve, shall correspond to strengths 16 percent (16%) greater than the required design strengths. The resulting mix shall not conflict with the limiting values for maximum water cementitious ratio and net maximum cementitious content as specified in Table 1. D. Compressive Tests: The proposed concrete mix or mixes shall be tested to demonstrate compliance with the compression strength requirements in conformity with the provisions of ACI 318. E. Entrained air, as measured by ASTM C231, shall be as shown within the range of 4.0 to 7.0%. 1. If the air entraining agent proposed for use in the mix requires testing methods other than ASTM C231 to accurately determine air content, make special note of this requirement in the admixture submittal required under paragraph 1.04. F. Slump of the concrete as measured by ASTM C143, shall be 4-inch maximum. If the plasticizer is used, the slump indicated shall be that measured before plasticizer is added. Plasticized concrete shall have a slump ranging from 6 to 9 inches. G. 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 efficiency and have no deleterious effect on the concrete or on the properties of each other. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03300 CAST-IN-PLACE CONCRETE (continued) 03300-Cast-in-Place Concrete 03300-8 November 2025 H. The concrete mix design in Table 1 shall contain SikaFiber Novomesh-850 blended fiber, or approved equal, at a dosage rate of 24 pounds per cubic yard. Fibers shall be added from the manufacturer's pre-measured bags and according to the manufacturer's recommendations in a manner which will ensure complete dispersion of the fiber bundles as single monofilaments within the concrete. I. The concrete mix design in Table 1 shall contain Silica Fume admixture at a dosage rate of 7.5% by weight of cementitious material. The Silica Fume shall be in addition to rather than a replacement of cementitious material. Table 1 Cementitious Class Cement 1 Compressive Strength 2 Minimum Bags of Portland Cement Fine Aggregate 3 Coarse Aggregate 4 C C150 Type I 4,000 6.5 C33 57 Cementitious Class W/C Ratio 5 Fly Ash 6 AE 7 WR 8 HRWR 9 C 0.45 max 15-25 Yes Yes Yes NOTES: 1. ASTM designation 2. Minimum compressive strength in psi at 3 days 3. ASTM designation 4. Size Number in ASTM C33 5. W/C is Water Cementitious ratio by weight 6. Fly ash, percent of total cementitious material by weight. Reduce fly ash percentage to 15 to 20 percent (15-20%) from October through March. Fly ash may be used in any mix in accordance with the requirements of Article 2.02.G and other provisions of this section. 7. AE is air entraining admixture 8. WR is water reducing admixture 9. HRWR is high range water reducer PART 3 EXECUTION 3.01 MEASURING MATERIALS A. Concrete shall be composed of Portland cement, fine aggregate, coarse aggregate, water, and admixtures as specified and shall be produced by a plant acceptable to the Engineer. The addition Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03300 CAST-IN-PLACE CONCRETE (continued) 03300-Cast-in-Place Concrete 03300-9 November 2025 of any high range water 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). B. Measure materials for batching concrete by weighing in conformity with and within the tolerances given in ASTM C94 except as otherwise specified. Scales shall have been certified by the local Sealer of Weights and Measures within one (1) year of use. C. Measure the amount of free water in fine aggregates with a moisture meter. Compensate for varying moisture contents of fine aggregates. Record the number of gallons of water as batched on printed batching tickets. D. Admixtures shall be dispensed either manually using calibrated containers or measuring tanks, or by means of an automatic dispenser approved by the manufacturer of the specified admixture. 1. Charge air-entraining and chemical admixtures into the mixer as a solution using an automatic dispenser or similar metering device. 2. Inject multiple admixtures separately during the batching sequence. 3.02 MIXING AND TRANSPORTING A. Concrete shall be ready-mixed concrete produced by equipment acceptable to the Engineer. No hand-mixing will be permitted. Clean each transit mix truck drum and reverse drum rotation before the truck proceeds under the batching plant. Equip each transit-mix truck with a continuous, non-reversible, revolution counter showing the number of revolutions at mixing speeds. B. Ready-mix concrete shall be transported to the site in watertight agitator or mixer trucks loaded not in excess of their rated capacities as stated on the name plate. C. Added water shall be incorporated by additional mixing of at least 35 revolutions. The amount of water added shall be shown on each delivery ticket. The addition of water shall not result in an exceedance of the maximum water/cement ratio of the concrete mix design, nor shall it result in an exceedance of the maximum permitted slump of 4 inches without the addition of approved concrete admixtures. D. All central plant and rolling stock equipment and methods shall comply with ACI 318 and ASTM C94. E. Select equipment of size and design to ensure continuous flow of concrete at the delivery end. Metal or metal-lined non-aluminum 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03300 CAST-IN-PLACE CONCRETE (continued) 03300-Cast-in-Place Concrete 03300-10 November 2025 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 batching plants so they arrive at the work site just before the concrete is required, thus avoiding excessive mixing of concrete while waiting or delays in placing successive layers of concrete in the forms. H. Furnish a delivery ticket for ready mixed concrete to the Engineer as each truck arrives. Each ticket shall provide a printed record of the weight of cement and each aggregate as batched individually. Use the type of indicator that returns for zero punch or returns to zero after a batch is discharged. Clearly indicate the weight of fine and coarse aggregate, cement and water in each batch, the quantity delivered, the time any water is added, and the numerical sequence of the delivery. Show the time of day batched and time of discharge from the truck. I. Temperature Mixing Time Control 1. In cold weather (see paragraph 3.07.D) maintain the as-mixed temperature of the concrete and concrete temperatures at the time of placement in the forms as indicated in Table 2. 2. If water or aggregate has been heated, combine water with aggregate in the mixer before cement is added. Do not add cement to mixtures of water and aggregate when the temperature of the mixture is greater than 90°F. 3. In hot weather, cool ingredients before mixing to maintain temperature of the concrete below the maximum placing temperature of 90°F. If necessary, substitute well-crushed ice for all or part of the mixing water. 4. The maximum time interval between the addition of mixing water and/or cement to the batch and placing of concrete in the forms shall not exceed the following: Table 2 Ambient Air Temperature Maximum Time 85°F to 90°F (32°C) 75 minutes higher than 90°F 60 minutes The maximum time for discharge of concrete mixtures with an approved retarding admixture or high-range water reducing and retarding admixture shall not exceed 1-1/2 hours (90 minutes). Temperature of the concrete shall not exceed 90 Degrees F. 3.03 INSPECTION AND COORDINATION A. The batching, mixing, transporting, placing, and curing of concrete shall be subject to the inspection of the Engineer at all times. The Contractor shall advise the Engineer of readiness to proceed with each concrete placement at least 24 hours in advance. The Engineer will inspect the preparations for concreting including the preparation of previously placed concrete ; the reinforcing; and the alignment, cleanliness, and tightness of formwork. No placement shall be made without the inspection and acceptance of the Engineer. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03300 CAST-IN-PLACE CONCRETE (continued) 03300-Cast-in-Place Concrete 03300-11 November 2025 3.04 CONCRETE APPEARANCE A. Concrete mix showing either poor cohesion or poor coating of the coarse aggregate with paste shall be remixed. If this does not correct the condition, the concrete shall be rejected. If the slump is within the allowable limit, but excessive bleeding, poor workability, or poor finishability are observed, changes in the concrete mix shall be obtained only by adjusting one or more of the following: 1. The gradation of aggregate, 2. The proportion of fine and coarse aggregate, 3. The percentage of entrained air, within the allowable limits. B. Concrete for the Work shall provide a homogeneous structure which, when hardened, will have the required strength, durability, and appearance. Mixtures and workmanship shall be such that concrete surfaces, when exposed, will require no finishing. When concrete surfaces are stripped, the concrete when viewed in good lighting from 10 feet away shall be pleasing in appearance, and at 20 feet shall show no visible defects. 3.05 PLACING AND COMPACTING A. Placing 1. Verify that all the formwork 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. Have a competent workman at the location of the pour who can assure that reinforcement and 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 rehandling or flowing. Place concrete continuously at a rate which ensures the concrete is being integrated with fresh plastic concrete. Do not deposit concrete which has partially hardened or has been contaminated by foreign materials or on concrete which has hardened sufficiently to cause formation of seams or planes of weakness within the section. If the section cannot be placed continuously, place construction joints as specified or as approved. 3. Pumping of concrete will be permitted. Use a mix design suitable for pumping and submit for approval. The maximum size of coarse aggregate used in the mix should be limited to one-third of the smallest inside diameter of the delivery system. 4. Remove temporary spreaders from forms when the spreader is no longer useful. Temporary spreaders may remain embedded in concrete only when made of galvanized metal or concrete and if prior approval has been obtained. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03300 CAST-IN-PLACE CONCRETE (continued) 03300-Cast-in-Place Concrete 03300-12 November 2025 5. Do not place concrete for supported elements until concrete previously placed in the supporting element (columns, slabs, and/or walls) has reached adequate strength. Prepare previously placed and hardened concrete surfaces by cleaning using steel brushes and applying bonding agent in accordance with manufacturer’s instructions. 6. Where surface mortar is to form the base of a finish, especially surfaces designated to be painted, work coarse aggregate back from forms with a suitable tool to bring the full surface of the mortar against the form. Prevent the formation of excessive surface voids. 7. Slabs a. After suitable bulkheads, screeds, and jointing materials have been positioned, the concrete shall be placed continuously between construction joints beginning at a bulkhead, edgeform, or corner. Each batch shall be placed into the edge of the previously placed concrete to avoid stone pockets and segregation. b. Avoid delays in casting. If there is a delay in casting, the concrete placed after the delay shall 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 humps or hollows. c. Where 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. 8. Formed Concrete a. Place concrete in forms using tremie tubes and taking care to prevent segregation. Bottom of tremie tubes shall preferably be in contact with the concrete already placed. Do not permit concrete to drop freely more than 4-feet. Place concrete for walls in 12- inch to 24-inch lifts, keeping the surface horizontal. If plasticized concrete is used, the maximum lift thickness may be increased to 7 feet and the maximum free fall of concrete shall not exceed 15 feet. B. Compacting 1. Consolidate concrete by vibration, puddling, spading, rodding, or forking so that concrete is thoroughly worked around reinforcement, embedded items, and openings, and into corners of forms. Puddling, spading, etc. shall be continuously performed along with vibration of the placement to eliminate air or stone pockets which may cause honeycombing, pitting, or planes of weakness. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03300 CAST-IN-PLACE CONCRETE (continued) 03300-Cast-in-Place Concrete 03300-13 November 2025 2. All concrete shall be placed and compacted with mechanical vibrators. The number, type, and size of the units shall be approved by the Engineer in advance of placing operations. No concrete shall be ordered until sufficient approved vibrators (including standby units in working order) are on the job. 3. A minimum frequency of 7,000 revolutions per minute is required for mechanical vibrations. Insert vibrators and withdraw at points from 18 inches to 30 inches apart. At each insertion, vibrate sufficiently to consolidate concrete, generally from 5 to 15 seconds. Do not over vibrate so as to segregate. Keep a spare vibrator on the site during concrete placing operations. 4. Concrete Slabs: Concrete for slabs less than 8 inches thick shall be consolidated with vibrating screeds; slabs 8 inches to 12 inches thick shall be compacted with internal vibrators and (optionally) with vibrating screeds. Vibrators shall always be placed into concrete vertically and shall not be laid horizontally or laid over. 5. Walls and Columns: Internal vibrators (rather than form vibrators) shall be used unless otherwise approved by the Engineer. In general, for each vibrator needed to melt down the batch at the point of discharge, one or more additional vibrators must be used to densify, homogenize, and perfect the surface. The vibrators shall be inserted vertically at regular intervals, through the fresh concrete, and slightly into the previous lift, if any. 6. Amount 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. 3.06 CURING AND PROTECTION A. Protect all concrete work against injury from the elements and defacements of any nature during construction operations. B. Curing Methods 1. Curing Methods for Concrete Surfaces: Cure concrete to retain moisture and maintain specified temperatures at the surface for a minimum of three (3) days after placement. Curing methods to be used are as follows: a. Water Curing: Keep entire concrete surface wet by ponding, continuous sprinkling, or covered with saturated burlap. Begin wet cure as soon as concrete attains an initial set and maintain wet cure over 24 hours a day. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03300 CAST-IN-PLACE CONCRETE (continued) 03300-Cast-in-Place Concrete 03300-14 November 2025 b. Sheet Material Curing: Cover entire surface with sheet material. Securely anchor sheeting to prevent wind and air from lifting the sheeting or entrapping air under the sheet. Place and secure sheet as soon as initial concrete set occurs. c. Liquid Membrane Curing: Apply over the entire concrete surface except for surfaces to receive additional concrete. Curing compound shall not be placed on any concrete surface where additional concrete is to be placed, where surface coatings are to be used, or where the concrete finish requires an integral floor product. Curing compound shall be applied as soon as the free water on the surface has disappeared and no water sheen is visible, but not after the concrete is dry or when the curing compound can be absorbed into the concrete. Application shall be in compliance with the manufacturer's recommendations. 2. Specified applications of curing methods. a. Slabs for Water Containment Structures: Water curing only. b. Slabs on Grade and Footings (not used to contain water): Water curing, sheet material curing, or liquid membrane curing. c. Structural Slabs (other than water containment): Water curing or liquid membrane curing. d. Horizontal Surfaces that will receive additional concrete, coatings, grout, or other material that requires bond to the substrate: Water curing. e. Formed Surfaces: None if non-absorbent forms are left in place seven (7) days. Water cure if absorbent forms are used. Sheet cured or liquid membrane cured if forms 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. f. Concrete Joints: Water cured or sheet material cured. C. Finished surfaces and slabs shall be protected from the direct rays of the sun to prevent checking and crazing. D. Cold Weather Concreting 1. For this Specification, "cold weather" is defined as a period when, for more than three (3) consecutive days, the average daily outdoor temperature is less than 40°F. The average daily temperature shall be calculated as the average of the highest and the lowest temperature during the period from midnight to midnight. 2. Concrete placed during cold weather shall be batched, delivered, cured, and protected in compliance with the recommendations of ACI 306.1 and the additional requirements of this Section. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03300 CAST-IN-PLACE CONCRETE (continued) 03300-Cast-in-Place Concrete 03300-15 November 2025 3. The Contractor shall discuss proposed cold weather work plan with the Engineer. The discussion shall encompass the methods and procedures proposed for use during the cold weather including the production, transportation, placement, protection, curing, and temperature monitoring of the concrete. The procedures to be implemented upon abrupt changes in weather conditions or equipment failures shall also be discussed. Cold weather concreting shall not begin until the work plan is acceptable to the Engineer. 4. The minimum temperature of concrete immediately after placement and during the protection period shall be as indicated in Table 3. The temperature of the concrete in place and during the protection period shall not exceed these values by more than 20°F. Prevent overheating and non-uniform heating of the concrete. Table 3 Concrete Temperatures Minimum Dimension of Section 12 inches 12 to 36 inches Min. concrete temperature: 55°F 50°F 5. During periods of cold weather, concrete shall be protected to provide continuous warm, moist curing (with supplementary heat when required) for a total of at least 350 degree-days of curing. a. 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.g., 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 the shade at the surface of the concrete taking any measurement less than 50°F as 0°F. Divide the sum thus calculated by 24 to obtain the weighted average temperature for that day. 6. 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 ambient temperature. If water curing has been used, the concrete shall not be exposed to temperatures below those shown in Table 3 unless at least 24 hours has elapsed since water curing has been terminated. 8. During periods not defined as cold weather, but when freezing temperatures are expected or occur, protect concrete surfaces from freezing for the first 24 hours after placing. E. Hot Weather Concreting 1. For this Specification, "hot weather" is defined as any combination of high air temperatures, low relative humidity and wind velocity which produces a rate of evaporation as estimated in ACI 305.1, approaching or exceeding 0.2 pounds per square foot per hour (lb/ft²-hr). Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03300 CAST-IN-PLACE CONCRETE (continued) 03300-Cast-in-Place Concrete 03300-16 November 2025 2. Concrete placed during hot weather, shall be batched, delivered, placed, cured, and protected in compliance with the recommendations of ACI 305.1 and the additional requirements of this Specification. a. Temperature of concrete being placed shall not exceed 90°F and every effort shall be made to maintain a uniform concrete mix temperature below this level. The temperature of the concrete shall be such that it will cause no difficulties from loss of slump, flash, set, or cold joints. b. All necessary precautions shall be taken to promptly deliver, to promptly place the concrete upon its arrival at the job and to provide vibration immediately after placement. c. The Engineer may direct the Contractor to immediately cover plastic concrete with sheet material. 3. The Contractor shall discuss with the Engineer a work plan describing the methods and procedures he/she proposes to use for concrete placement and curing during hot weather periods. Hot weather concreting shall not begin until the work plan is acceptable to the Engineer. 3.07 REMOVAL OF FORMS A. Except as otherwise specifically authorized by the Engineer, forms shall not be removed before the concrete has attained a strength of at least 30 percent (30%) of its specified strength, nor before reaching the following number of degree-days of curing (whichever is longer): Table 4 Forms for Degree Days Beams and elevated slabs 500 Walls and vertical surfaces 100 See definition of degree-days in paragraph 3.07.D.5.a) B. Shores shall not be removed until the concrete has attained at least 70 percent (70%) of its specified design strength and also sufficient strength to support safely its own weight and the construction live loads upon it. 3.08 FIELD TESTS A. Sets of field control cylinder specimens will be taken during the progress of the Work, in compliance with ASTM C31. The number of sets of concrete test cylinders taken of each class of concrete placed each day shall not be less than once a day, nor less than once for each 50 cubic- yards of concrete. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03300 CAST-IN-PLACE CONCRETE (continued) 03300-Cast-in-Place Concrete 03300-17 November 2025 1. A "set" of test cylinders consists of six (6) cylinders: three (3) to be broken at three (3) days and their strengths averaged, and three (3) to be used to verify strength after 3 days if 3 days breaks are low. 2. Cylinders should be capped before testing to maintain a uniform load distribution. Cylinders are general capped with sulfur mortar in compliance with ASTM C617 or neoprene pad caps in compliance with ASTM C1231. 3. When the average 3 day compressive strength of the cylinders in any set falls below the required compressive strength, proportions, water content, or temperature conditions shall be changed to achieve the required strengths. B. The Contractor shall cooperate in the making of tests by allowing free access to the work for the selection of samples; providing an insulated closed curing box for specimens; affording protection to the specimens against injury or loss through Contractor’s operations; and furnishing material and labor required for the purpose of taking concrete cylinder samples. Curing boxes shall be acceptable to the Engineer. C. Slump tests will be made in the field immediately prior to placing the concrete. Such tests shall be made in accordance with ASTM C143. If the slump is greater than the 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. 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. E. Air Content: Test for air content shall be made on a fresh concrete sample. Air content for concrete made of ordinary aggregate having low absorption shall be made in compliance with either the pressure method complying with ASTM C231 or by the volumetric method complying with ASTM C173. If lightweight aggregates or aggregates with high absorptions are used, the latter test method shall be used. F. Temperature. Test for temperature shall be made on a fresh concrete sample in accordance with ASTM C1064. G. Density. Test for density shall be made in accordance with ASTM C138. 3.09 FIELD CONTROL A. The Engineer may require that cores be taken from any questionable area in the concrete work such as construction joints and other locations as required for determination of concrete quality. The results of tests on such cores shall be the basis for acceptance, rejection, or determining the continuation of concrete work. B. The Contractor shall cooperate in obtaining cores by allowing free access to the Work and permitting the use of ladders, scaffolding and such incidental equipment as may be required. The Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03300 CAST-IN-PLACE CONCRETE (continued) 03300-Cast-in-Place Concrete 03300-18 November 2025 Contractor shall repair all core holes. The work of cutting and testing the cores will be in accordance with the Plans. 3.10 FAILURE TO MEET REQUIREMENTS A. Should the strengths shown by the test specimens made and tested in compliance with the previous provisions fall below the values given in Table 1, the Engineer shall have the right to require changes in proportions outlined to apply to the remainder of the Work. Furthermore, the Engineer shall have the right to require additional curing on those portions of the structure represented by the test specimens which failed. The cost of such additional curing shall be at the Contractor's expense. In the event that such additional curing does not give the strength required, as evidenced by core and/or load test, the Engineer shall have the right to require strengthening or replacement of those portions of the structure which fail to develop the required strength. The cost of all such core borings and/or load tests and any strengthening or concrete replacement required because strengths of test specimens are below that specified, shall be entirely at the expense of the Contractor. In such cases of failure to meet 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. B. When 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, may require, at the Contractor's expense, load tests on any one of the slabs, beams, piles, caps, and columns in which such concrete was used. Test need not be made until concrete has aged 60 days. C. Should the strength of test cylinders fall below 60 percent (60%) of the required minimum 7-day strength, the concrete shall be rejected and shall be removed and replaced. 3.11 PATCHING A. As soon as the forms have been stripped and the concrete surfaces exposed, fins and other projections shall be removed; recesses left by the removal of form ties shall be filled; and surface defects, which do not impair structural strength, shall be repaired. Clean all exposed surfaces and adjoining work stained by leakage of concrete, to approval of the Engineer. B. Immediately after removal of forms remove plugs and break off metal ties. Holes are then to be promptly filled upon stripping as follows: Moisten the hole with water, followed by a 1/16-inch brush coat of neat cement slurry mixed to the consistency of a heavy paste. Immediately plug the hole with a 1 to 1.5 mixture of cement and concrete sand mixed slightly damp to the touch (just short of "balling"). Hammer the grout into the hole until dense, and an excess of paste appears on the surface on the form of a spiderweb. Trowel smooth with heavy pressure. Avoid burnishing. C. When patching exposed surfaces, the same source of cement and sand as used in the parent concrete shall be employed. Adjust color if necessary, by addition of proper amounts of white cement. Rub lightly with a fine Carborundum stone at an age of one (1) to five (5) days if Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03300 CAST-IN-PLACE CONCRETE (continued) 03300-Cast-in-Place Concrete 03300-19 November 2025 necessary to bring the surface down with the parent concrete. Exercise care to avoid damaging or staining the virgin skin of the surrounding parent concrete. Wash thoroughly to remove all rubbed matter. 3.12 REPAIRS A. It is the intent of this Specification to require quality work including adequate forming, proper mixture and placement of concrete, and curing so completed concrete surfaces will require no patching. B. Defective concrete and honeycombed areas as determined by the Engineer shall be repaired as specified in Section 03740, Modification or Repair of Existing Concrete. 3.13 SCHEDULE A. The following (Table 5) represents the general applications for the various concrete classes and design strengths: Table 5 Class Design Strength(psi) Description C 4,000 Baler Sump END OF SECTION 03300Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03300 CAST-IN-PLACE CONCRETE (continued) 03300-Cast-in-Place Concrete 03300-20 November 2025 THIS PAGE INTENTIONALLY LEFT BLANK Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03740 – MODIFICATION OR REPAIR OF EXISTING CONCRETE 03740-Modification or Repair 03740-1 November 2025 of Existing Concrete PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment required to modify or repair existing concrete as shown on the Drawings and as specified herein. B. Work includes patching concrete, removal of anchor bolts or any embedment . Work under this section also includes bonding new concrete pours to existing/hardened concrete. C. Work under this Section may be performed as a remedy for improperly placed or poorly placed concrete. Perform such work only after receiving written directions from the Engineer. 1.02 RELATED SECTIONS A. Section 03200 – Concrete Reinforcement B. Section 03250 – Concrete Joints and Joint Accessories C. Section 03300 – Cast-in-Place Concrete 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM), latest edition: 1. ASTM C109 Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in. or [50-mm] Cube Specimens) 2. ASTM C881 Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete 3. ASTM C882 Standard Test Method for Bond Strength of Epoxy-Resin Systems Used With Concrete By Slant Shear 4. ASTM D790 Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials 5. ASTM G109 Standard Test Method for Determining the Effects of Chemical Admixtures on Corrosion of Embedded Steel Reinforcement in Concrete Exposed to Chloride Environments Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03740 – MODIFICATION OR REPAIR OF EXISTING CONCRETE (continued) 03740-Modification or Repair 03740-2 November 2025 of Existing Concrete 1.03 SUBMITTALS 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 handling requirements, product life, mixing and application instructions, temperature considerations, and conformity to ASTM or other standards specified. Submit Material Safety Data Sheets MSDS) for all adhesives. 2. Patching materials. Product data including catalog cuts, technical data, storage and handling requirements, product life, mixing and application instructions, temperature considerations, and conformity to ASTM or other standards specified. Submit Material Safety Data Sheets MSDS) for all patching materials. B. Samples 1. Samples of adhesive capsule anchoring system if requested by the Engineer. C. Design Data 1. Doweling adhesive: Submit manufacturer's load test data indicating bond and shear strengths for the types of reinforcement to be bonded to existing concrete. D. Test Reports 1. Manufacturer's certified tests for adhesives, performed by an independent testing laboratory, indicating the following strength properties and the ASTM method used to determine each: Compressive strength, tensile, bond strength, modulus of elasticity, and shear strength. 2. Manufacturer's certified tests for patching materials, performed by an independent testing laboratory, indicating the following strength properties and the ASTM method used to determine each: Compressive strength, tensile strength, bond strength, modulus of elasticity, and shear strength. E. Qualifications 1. Adhesive 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. 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. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03740 – MODIFICATION OR REPAIR OF EXISTING CONCRETE (continued) 03740-Modification or Repair 03740-3 November 2025 of Existing Concrete 1.06 QUALITY ASSURANCE A. Qualifications 1. Applicator: Firm specializing in concrete repair approved by the materials manufacturer. 2. Manufacturer: The manufacturer of the products specified shall have not less than five (5) years of documented experience in the manufacture of such products and shall have an ongoing program to provide training and technical support for the Contractor's personnel. 1.07 SYSTEM DESCRIPTION A. Modify and repair concrete at locations shown on the Drawings and specified. B. The Engineer may, from time to time, direct the Contractor to make additional repairs to existing concrete. Make such repairs as specified or by other methods as may be directed by the Engineer. Payment for such repairs will be in compliance with the General Conditions of these Specifications. 1.08 DELIVERY, STORAGE, AND HANDLING A. Clearly and indelibly mark all containers with the manufacturer's name, manufacturer's product identification, manufacturer's instructions for mixing, and warnings for handling and toxicity. B. Deliver materials in sealed containers with labels legible and intact. C. Storage should be made in a suitable clean and dry location approved by the Engineer. D. Store all materials in full compliance with the manufacturer's storage instructions. E. Handle materials in a safe manner. Avoid breaking container seals. F. Components should not be mixed until necessary preparatory work is completed and application work will start immediately. 1.09 PROJECT/SITE REQUIREMENTS A. Environmental Requirements 1. Comply fully with manufacturer's recommendations as to the environmental conditions under which the products of this Section may be placed. PART 2 PRODUCTS 2.01 GENERAL A. The use of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03740 – MODIFICATION OR REPAIR OF EXISTING CONCRETE (continued) 03740-Modification or Repair 03740-4 November 2025 of Existing Concrete B. 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 CONCRETE A. Cement Slurry 1. Cement slurry shall be water and Portland cement, both as specified in Section 03300, Cast- in-Place Concrete mixed to a heavy paste. Cement slurry shall not contain fly ash. B. Solvent-Free Polymer Adhesives 1. Epoxy Adhesives a. Epoxy adhesive shall be a two-component, solvent-free, asbestos-free, moisture- insensitive epoxy resin material conforming to the requirements of ASTM C881. b. Curing temperature requirements (Class) and viscosity (Grade) shall be determined by supplier and Contractor after project conditions have been established. c. Material type: Type V – for load bearing applications bonding freshly mixed concrete to hardened concrete. d. Epoxy adhesive bonding systems shall conform to the preceding requirements and shall be Sikadur series by Sika Corporation, Lyndhurst, New Jersey, or approved equal. 2.03 ADHESIVES FOR BONDING INSERTS INTO CONCRETE A. Doweling adhesive shall be a two-component vinyl ester blend system supplied in single cartridges separating the resin from the hardener, and capable of dispensing an accurately proportioned adhesive mixture. 1. Doweling adhesive shall be Hilti Hit HY-200 V3 Cartridge by Hilti Corporation, Tulsa, Oklahoma. 2.04 PATCHING MATERIALS A. Repair Mortars 1. Cementitious Mortar a. Cementitious mortar shall be a polymer-modified, Portland cement, two-component, fast setting, easy tooling patching mortar, with an integral corrosion inhibitor. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03740 – MODIFICATION OR REPAIR OF EXISTING CONCRETE (continued) 03740-Modification or Repair 03740-5 November 2025 of Existing Concrete b. Cementitious 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. PART 3 EXECUTION 3.01 GENERAL A. Cut, repair, or otherwise modify existing concrete as indicated on the Drawings, as specified, and as may be required by Contractor's error. Work shall comply with the requirements of this Section and other requirements as noted on the Drawings. B. No existing concrete shall be shifted, cut, removed, or otherwise altered until authorization has been received from the Engineer. C. When removing materials, or when repairing concrete elements, take all necessary precautions and erect barriers, shoring, bracing, or other protective devices as required to prevent damage to areas beyond the limits of the work and to protect personnel. D. Locate penetrations drilled or cored into existing concrete to avoid existing reinforcement whenever possible. Where possible, identify reinforcement locations prior to drilling and adjust the locations of holes to avoid interference. Advise Engineer of any locations where reinforcement has been cut. E. Mechanically clean existing exposed reinforcement or concrete embedments to remove contaminants and rust before proceeding with any concrete modification or repair. 1. Where existing reinforcement is shown to be salvaged for incorporation into new or repaired construction, carefully remove the existing concrete surrounding it, and cut, bend, or lap such bars as shown on the Drawings to provide not less than 1-inch of concrete cover between such reinforcement and the exposed surface of the concrete. 2. If more than half the diameter of any reinforcement is exposed, chip out the concrete behind that reinforcement to a depth of not less than 1/2-inch in preparation for placing concrete repair materials around it. F. Where concrete is to be repaired in the vicinity of a control, expansion, or isolation joint, make repairs so as to preserve the line of and isolation across the joint. 3.02 REMOVING CONCRETE A. 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 equipment or concrete, and existing reinforcement to be left in place, is not damaged. Sawcutting at the limits of concrete removal will be permitted only where specifically indicated on the Drawings or approved by the Engineer. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03740 – MODIFICATION OR REPAIR OF EXISTING CONCRETE (continued) 03740-Modification or Repair 03740-6 November 2025 of Existing Concrete B. At all concrete removals where joints between new and existing concrete will be exposed to view the finished work, the edge of the concrete removal shall be made using a 1-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 angle. D. Where existing reinforcement is exposed by removal of concrete and would not normally be protected by new concrete placed against it, coat the exposed surface using epoxy repair mortar, with a thickness of 1/4-inch, should be applied over the entire cut surface of the existing concrete. E. Concrete to be left in place, which is damaged by the Contractor, shall be repaired to the satisfaction of the Engineer using approved means. 3.03 BONDING OR REPAIRING CONCRETE A. Where new concrete is to be placed against existing concrete, bonding adhesive shall be applied to the surface of the existing concrete. Install type called out on Drawings or by referring to schedule. B. Dry, finished surfaces of repaired concrete shall match the color and texture of the adjoining concrete to the greatest extent possible. C. Preparation of Concrete Surfaces 1. Protect surfaces beyond the limits of bonding and repairs, against damage, abrasion, or spillage. 2. Concrete surfaces to which bonding or repair materials will be applied shall be newly exposed parent concrete, free of loose and unsound materials. Prepare surfaces by mechanical abrasion unless prohibited by environmental limitations. Prepared surfaces shall be sound, with coarse aggregate exposed, and free of any deleterious materials such as laitance, curing compounds, dust, dirt, or oil. Irregular voids or surface stones need not be removed if they are sound and firmly embedded into the parent concrete. Materials resulting from surface preparation techniques shall be removed. a. Mechanically abrade surfaces by sandblasting, scarifying, waterblasting, or other means approved by the Engineer. Roughen the existing surface to a minimum amplitude distance between high and low points) of 1/4-inch. 3. 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%) of its original dimension, the Engineer shall be notified immediately. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03740 – MODIFICATION OR REPAIR OF EXISTING CONCRETE (continued) 03740-Modification or Repair 03740-7 November 2025 of Existing Concrete 4. Concrete surfaces to be bonded or repaired shall be dry unless water-insensitive cementitious products are used. a. Evaluate moisture content of concrete by determining if moisture will collect at bond lines between old concrete and adhesives or repair materials before the latter have cured. Test by taping a 4-foot by 4-foot (4 x 4) polyethylene sheet to the concrete surface. If moisture collects under the sheet before bonding or repair products would cure, allow the concrete additional drying time before placing them. 5. Where plastic concrete is to be bonded to hardened concrete, surfaces shall have a moisture content not exceeding saturated surface dry condition. 6. Surface temperature of the concrete shall be within the limits recommended by the manufacturer for the particular product to be used, but in no case shall the surface temperature be below 40° F. 7. The area of concrete to be treated shall be cut to a minimum of 1/2-inch and a maximum depth that results in no damage to reinforcing steel. Existing concrete shall be chipped so that the minimum repair mortar thickness is 1/2-inch. D. Bonding and Repairing Procedures 1. Product Preparation a. Condition components as recommended by the manufacturer prior to mixing. b. Mix components in a clean container free of harmful residue or foreign particles. c. Thoroughly blend components with a mechanical mixer to a uniform and homogeneous mixture. Mix small batches (up to 1 quart) using spatulas, knives, or similar implements. 2. Application of Adhesives a. Apply adhesive to concrete using equipment recommended by the manufacturer for the applications and products being used. b. Place fresh plastic concrete within contact time of adhesive as recommended by the manufacturer. If epoxy adhesive cures to extent of losing its tack before plastic concrete is in contact with adhesive, remove or slightly abrade the first coat before placing any additional coat. c. Consolidate freshly placed plastic concrete in accordance with ACI 301 and ensure full bonding to existing concrete. At the completion of finishing operations, cure concrete in accordance with the provisions of Section 03300, Cast-in-Place Concrete. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03740 – MODIFICATION OR REPAIR OF EXISTING CONCRETE (continued) 03740-Modification or Repair 03740-8 November 2025 of Existing Concrete 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 mortar workability. c. Work mortar into place and consolidate thoroughly so that all contact surfaces are wet by the mortar, and entrapped air is reduced to the level recommended by the manufacturer. d. Finish mortar surface to texture, color, and smoothness required for the specific application. Repair mortar shall receive a smooth, steel trowel finish. e. Upon completion of finishing operations, protect and allow mortar to cure in accordance with manufacturer's recommendations. 4. Cleanup a. Immediately remove any adhesive or repair materials applied or spilled beyond the desired area using materials designated by the adhesive manufacturer. Avoid contamination of the work area. b. Repair mortar shall be cured according to the repair mortar manufacturer recommendations. 5. Field Testing a. The Engineer will evaluate the bonding of plastic concrete to hardened concrete after the plastic concrete has cured for not less than 28 days. First evaluation will be made by sounding methods. b. Detection of a hollow sound in any area shall be reason to suspect inadequate bonding. When requested by the Engineer, the Contractor shall core any such areas to determine the adequacy of bond. Length of cores shall be twice the core diameter or twice the thickness of the new concrete as requested by the Engineer. c. Cores 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. 3.04 BONDING INSERTS INTO EXISTING CONCRETE A. Drill hole of diameter 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 recommendations. Locate dowel in hole to provide the indicated embedment and projection. Insert the dowel slowly, tapping it into the full depth of Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03740 – MODIFICATION OR REPAIR OF EXISTING CONCRETE (continued) 03740-Modification or Repair 03740-9 November 2025 of Existing Concrete 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. Waterstops between existing and new concrete 1. Refer to Section 03250, Concrete Joints and Joint Accessories, paragraph 3.01B. for installation of grout tube injection waterstop system. 3.05 SCHEDULES A. The following are specific concrete surface preparation and bonding "methods" to be used where indicated on the Drawings or specified, or where directed by the Engineer. 1. Method A – Cement slurry bond: Prepare the existing concrete surface at the connection as specified in paragraph 3.03C. Brush on to the connection surface a 1/16-inch layer of cement slurry mixed to the consistency of a heavy paste. Immediately place new plastic concrete or grout mixture against the slurry and existing concrete. 2. Method B – Adhesive bond: Prepare the existing concrete surface at the connection as specified in paragraph 3.03C. Apply epoxy adhesive to the connection surface unless another adhesive is specified on the Drawings. Place new plastic concrete while the adhesive remains tacky. 3. Method C – Embedment of dowels, bolts or threaded rods: Drill a hole of diameter and depth as required. Clean hole of loose particles and dust using compressed air. Fill hole with and butter the steel insert member to be inserted with epoxy paste so that when the steel insert is installed, the epoxy paste will fill the hole. Insert the steel member, tapping it into the full depth of the hole. Unless otherwise shown on the Drawings, deformed bars shall be drilled and set to a depth of at least 12 bar diameters and smooth bars shall be drilled and set to a depth of at least 15 bar diameters. The depth of the drilled holes shall not exceed the thickness of the member minus 3 inches. The Engineer will provide details regarding the size and spacing of the steel embeds where not noted on the Drawings. 4. Method D – Adhesive bond with embedded dowels: Combine Methods B and C. END OF SECTION 03740 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 03740 – MODIFICATION OR REPAIR OF EXISTING CONCRETE (continued) 03740-Modification or Repair 03740-10 November 2025 of Existing Concrete THIS PAGE INTENTIONALLY LEFT BLANK Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 05500 MISCELLANEOUS METALS 05500-Miscellaneous Metals. 05500-1 November 2025 PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required to install all miscellaneous metal as shown on the Drawings and as specified herein. 1.02 RELATED SECTIONS 1.03 REFERENCE STANDARDS A. Aluminum Association (AA), latest edition: 1. AA 5052 Aluminum Sheet and Plate, Rolled Rod and Bar and Drawn Tube 2. AA 6061 T6 Aluminum Sheet and Plate 3. AA 6061 T5 Aluminum Extruded Shapes 4. AA 6063 T6 Aluminum Extruded Pipe 5. AA 5005 Sheet and Plate 6. AA M31C22A41: a. M31 Mechanical Finish, Fine Satin b. C22 Chemical Finish, Medium Matte c. A41 Clear Anodic Coating, Class I B. American Association of State and Highway Transportation Officials (AASHTO), latest editions: 1. AASHTO HB-17 Standard Specifications for Highway Bridges C. American National Standards Institute (ANSI), latest edition: 1. ANSI A14.3 Ladders – Fixed – Safety Requirements D. ASTM International (ASTM), latest edition: 1. ASTM A36 Standard Specification for Carbon Structural Steel 2. ASTM A48 Standard Specification for Gray Iron Castings 3. ASTM A53 Standard Specification for Pipe, Steel, Black and Hot Dipped, Zinc Coated, Welded and Seamless 4. ASTM A108 Standard Specification for Steel Bar, Carbon and Alloy, Cold-Finished Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 05500 MISCELLANEOUS METALS 05500-Miscellaneous Metals. 05500-2 November 2025 5. ASTM A123 Standard Specification for Zinc (Hot Dip Galvanized) Coatings on Iron and Steel Products 6. ASTM A153 Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware 7. ASTM A276 Standard Specification for Stainless Steel Bars and Shapes 8. ASTM A307 Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60 000 PSI Tensile Strength 9. ASTM A325 Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength (WITHDRAWN - 2016) (Replaced by F3125) 10. ASTM A500 Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes 11. ASTM A501 Standard Specification for Hot-Formed Welded and Seamless Carbon Steel Structural Tubing 12. ASTM A536 Standard Specification for Ductile Iron Castings 13. ASTM A653 Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc- Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process 14. ASTM A992 Standard Specification for Structural Steel Shapes 15. ASTM A1008 Standard Specification for Steel, Sheet, Cold-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, Required Hardness, Solution Hardened, and Bake Hardenable 16. ASTM B209 Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate 17. ASTM B221 Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes 18. ASTM B429 Standard Specification for Aluminum-Alloy Extruded Structural Pipe and Tube 19. ASTM B695 Standard Specification for Coating of Zinc Mechanically Deposited on Iron and Steel 20. ASTM F1554 Standard Specification for Anchor Bolts, Steel, 36, 55, and 105-ksi Yield Strength Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 05500 MISCELLANEOUS METALS 05500-Miscellaneous Metals. 05500-3 November 2025 21. ASTM F3125 Standard Specification for High Strength Structural Bolts and Assemblies, Steel and Alloy Steel, Heat Treated, Inch Dimensions 120 ksi and 150 ksi Minimum Tensile Strength, and Metric Dimensions 830 MPa and 1040 MPa Minimum Tensile Strength E. American Welding Society (AWS), latest edition: 1. AWS D1.1 Structural Welding Code – Steel 2. AWS D1.2 Structural Welding Code – Aluminum F. National Fire Protection Association (NFPA), latest edition: 1. 101 Life Safety Code G. Occupational Safety and Health Act (OSHA), latest edition: 1. Standards H. International Code Council (ICC), latest edition: 1. International Building Code (IBC) 1.04 SUBMITTALS A. See Section 01300, Submittals for submittal procedures. B. Submit shop drawings, working drawings, and product data showing at least sizes of members, method of assembly, materials, anchorage, and connection to other members to the Engineer for review before fabrication. C. Submit samples as requested by the Engineer during the course of construction. D. Design Data: 1. Submit calculations or test data demonstrating that the railings, post-base mounts, and handrail wall brackets will resist the loads specified in the IBC at the post spacing provided. Calculations shall include design of anchors indicating size, type, and embedment. 2. Submit manufacturer's load and deflection tables for grating and prefabricated hatches. E. Submit coating thicknesses for all members and hardware in accordance with the ASTM Standards. F. Submit certification that the railing system is in compliance with OSHA and IBC requirements. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 05500 MISCELLANEOUS METALS 05500-Miscellaneous Metals. 05500-4 November 2025 1.05 PROJECT SITE CONDITIONS A. Coordinate the work of this Section with the work of other Sections. Verify at the site both the dimensions and work of other trades that adjoin items of work in this Section before commencement of items specified herein. B. Field measurements shall be taken at the site to verify or supplement indicated dimensions and to ensure proper coordination of all other construction items. PART 2 PRODUCTS 2.01 GENERAL A. The use of manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configurations desired. 2.02 MATERIALS A. Unless otherwise noted, materials for miscellaneous metals shall conform to the following standards: Structural Steel ASTM A992 Structural Steel Tubing ASTM A500, Grade B Welded and Seamless Steel Pipe ASTM A501 or ASTM A53, Type E or S, Grade B Schedule 40. Use standard malleable iron fittings, galvanized for exterior work Steel Sheets ASTM A1008 Gray Iron Castings ASTM A48, Class 35 Ductile Iron Castings ASTM A536, Grade 65-45-12 Aluminum Extruded Pipe AA 6063 T6 Aluminum Extruded Shapes ASTM B221, Alloy 6061 T6 Aluminum Sheet and Plate ASTM B209, Alloy 6061 T6 Stainless Steel Plates, Sheets ASTM A276, Type 316 (Type 316L for welded) and Structural Shapes Exterior, Submerged, or Industrial Use Interior and Architectural Use ASTM A276, Type 304 Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 05500 MISCELLANEOUS METALS 05500-Miscellaneous Metals. 05500-5 November 2025 Stainless Steel Bolts, Nuts, and ASTM A276, Type 316 Washers Carbon Steel Bolts and Studs ASTM A307, Grade A (hot dip galvanized nuts and washers where noted) High Strength Steel Bolts, Nuts, ASTM F3125 (mechanically galvanized per and Washers ASTM B695, Class 50, where noted) Elevated Temperature Exposure Type I General Application Type I or Type II Galvanizing ASTM A123, Zinc with 0.5 percent (0.5%) minimum Nickel Galvanizing, hardware ASTM A153, Zinc with 0.5 percent (0.5%) minimum Nickel 2.03 FABRICATION A. All miscellaneous metal work shall be formed true to detail, with clean, straight, sharply defined profiles and smooth surfaces of uniform color and texture and free from defects impairing strength or durability. B. Connections and accessories shall be of sufficient strength to safely withstand stresses and strains to which they will be subjected. Steel accessories and connections to steel or cast iron shall be steel, unless otherwise specified. Threaded connections shall be made so that the threads are concealed by fitting. C. Welded joints shall be rigid and continuously welded or spot welded as specified or shown on the Drawings. The face of welds shall be dressed flush and smooth. Exposed joints shall be close fitting and jointed where least conspicuous. D. Welding of parts shall be in accordance with the AWS D1.1 or D1.2 and shall only be done where shown, specified, or permitted by the Engineer. All welding shall be done only by welders certified as to their ability to perform welding in accordance with the requirements of the AWS Code. Component parts of built-up members to be welded shall be adequately supported and clamped or held by other adequate means to hold the parts in proper relation for welding. E. Welding of aluminum work shall be on the unexposed side as much as possible in order to prevent pitting or discoloration. F. All aluminum finish exposed surfaces, except as otherwise specified, shall have Manufacturer's standard mill finish. Aluminum handrails shall be given an anodic oxide treatment in accordance with the Aluminum Association Specification M31C22A41. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 05500 MISCELLANEOUS METALS 05500-Miscellaneous Metals. 05500-6 November 2025 G. All steel finished work not galvanized shall be thoroughly cleaned, by effective means, of all loose mill scale, rust, and foreign matter before shipment and shall be given one (1) shop coat of primer compatible with finish coats after fabrication but before shipping. Paint shall be applied to dry surfaces and shall be thoroughly and evenly spread and well worked into joints and other open spaces. Abrasions in the field shall be touched up with primer immediately after erection. H. Galvanizing, where required, shall be the hot-dip zinc process after fabrication. Following all manufacturing operations, all items to be galvanized shall be thoroughly cleaned, pickled, fluxed, and completely immersed in a bath of molten zinc according to ASTM A653. The resulting coating shall be adherent and shall be the normal coating to be obtained by immersing the items in a bath of molten zinc and allowing them to remain in the batch until their temperature becomes the same as the bath. I. Zinc coating which has been burned by welding, abraded, or otherwise damaged shall be cleaned and repaired after installation. The damaged area shall be thoroughly cleaned by wire brushing and all traces of welding flux and loose or cracked zinc coating removed prior to painting. The cleaned area shall be painted with two (2) coats of zinc oxide-zinc dust paint. The paint shall be properly compounded with a suitable vehicle in the ratio of one (1) part zinc oxide to four (4) parts zinc dust by weight. 2.04 ANCHORS, BOLTS, AND FASTENING DEVICES A. Anchors, bolts, etc., shall be furnished as necessary for installation of the work of this Section. B. Anchor bolt material shall be ASTM F1554, Grade 36, hot dip galvanized unless otherwise noted. C. The bolts used to attach the various members to the anchors shall be the sizes shown on the Drawings or as required. Aluminum and stainless steel shall be attached to concrete or masonry by means of stainless-steel machine bolts and iron or steel shall be attached with steel machine bolts unless otherwise specifically noted. D. Compound masonry anchors shall be of the type shown on the Drawings or as required and shall be equal to Star Slugin compounded masonry anchors manufactured by Star Expansion Industries; equal by Phillips Drill Co.; Rahlplug; or approved equal. Anchors shall be minimum “two unit” type. E. For structural purposes, unless otherwise noted, expansion bolts shall be Hilti “Kwik-Bolt”; or approved equal. When length of bolt is not called for on the Drawings, the length of bolt provided shall be sufficient to place the wedge portion of the bolt a minimum of 1-inch behind the reinforcing steel within the concrete. Material shall be as noted on the Drawings. If not noted, provide in galvanized steel. F. Adhesive anchors, for fastening to hollow concrete block or brick, shall be a three-part stud, screen and chemical dispenser anchoring system. Adhesive cartridges shall contain pre-measured amounts of resin and hardener which are mixed and deposited in a screen tube by a dispenser. Stud assemblies shall consist of an all-thread anchor rod with nut and washer. Anchors shall be Hilti HIT-HY 200 in grout-filled CMU, Hilti HIT-HY 270 in hollow masonry, or approved equal. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 05500 MISCELLANEOUS METALS 05500-Miscellaneous Metals. 05500-7 November 2025 G. Bolts and nuts shall be hexagon type. Stainless steel bolts, nuts, screws, washers, and related appurtenances shall be equal to AISI Type 316. All exposed portions of anchor bolts installed in concrete shall be greased, wrapped in burlap or plastic sleeve, and tied. H. Automatic end welded headed anchor studs shall be flux ended studs made from cold drawn steel, ASTM A108 Grades C-1010 through C-1020. Headed anchor studs shall be Nelson H4L Headed Concrete Anchors, Nelson S3L Shear Connectors, or approved equal. 2.05 METAL GRATING (NOT USED) 2.06 RAILINGS (NOT USED) 2.07 STEEL STAIRS (NOT USED) 2.08 LADDERS (NOT USED) 2.09 LADDER SAFETY EXTENSION (NOT USED) 2.10 ACCESS DOORS (NOT USED) 2.11 MISCELLANEOUS ALUMINUM ITEMS (NOT USED) 2.12 MISCELLANEOUS STEEL ITEMS A. Miscellaneous steel shall be fabricated and installed in accordance with the Drawings and shall include: beams, miscellaneous angles, support brackets, door frames, splice plates, anchor bolts except for equipment furnished in Divisions 11, 13, and 15); lintels coped back 3/4-inch where they bear on masonry; checker plates; bar racks; and any other miscellaneous steel called for on the Drawings and not otherwise specified. B. Sleeves shall be steel or cast-iron pipe in walls and floors with end joints as shown on the Drawings. All pipe sleeves shall have center anchor around circumference as shown on the Drawings. C. All miscellaneous lintels and closures required but not specifically shown on the Drawings shall be galvanized steel and shall be provided as a part of this Section sized as required for strength and coverage. D. Miscellaneous steel pipe for sleeves and lifting attachments and other uses as required including concrete filled galvanized steel bollards, shall be Schedule 40 pipe fabricated according to details as shown on the Drawings. E. Provide structural steel angle and channel door frames where shown on the Drawings. Angle and channel frames shall be galvanized. Frames shall be fabricated with not less than three (3) anchors on each jamb. F. Galvanized frame and covers for drop inlets shall be as shown on the Drawings. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 05500 MISCELLANEOUS METALS 05500-Miscellaneous Metals. 05500-8 November 2025 G. Steel Support Channels for Chemical Hose shall be of the dimensions and slope shown on the Drawings, conform to ASTM A36 and shall include all stainless-steel hardware as required or specified herein. PART 3 EXECUTION 3.01 INSTALLATION A. Install all items furnished except items to be embedded in concrete or other masonry which shall be installed under Division 3 and Division 4, respectively. Items to be attached to concrete or masonry after such work is completed shall be installed in accordance with the details shown on the Drawings. Fastening to wood plugs in masonry will not be permitted. All dimensions shall be verified at the site before fabrication is started. B. Where aluminum contacts a dissimilar metal, field-apply a heavy brush coat of coal tar epoxy followed by two (2) coats of aluminum metal and masonry paint to the dissimilar metal. C. Where aluminum contacts masonry or concrete, field-apply a heavy brush coat of coal tar epoxy to the masonry or concrete. For embedded items, coat the embed. D. Where items are cast into concrete, back-paint contact areas before setting. E. Where aluminum contacts wood, apply two (2) coats of aluminum metal and masonry paint to the wood. F. All steel surfaces to come in contact with exposed concrete or masonry shall receive a protective coating of an approved heavy bitumastic troweling mastic applied in accordance with the manufacturer's instructions prior to installation. G. Specialty products shall be installed in accordance with the manufacturer's recommendations. H. Expansion bolts shall be checked for tightness a minimum of 24 hours after initial installation. I. Install adhesive capsule anchors using manufacturer's recommended drive units and adapters and in compliance with the manufacturer's recommendations. J. Headed anchor studs shall be welded in accordance with manufacturer's recommendations. K. All railings shall be erected to line and plumb. L. Between aluminum grating, aluminum stair treads, or aluminum handrail brackets and steel supports, insert 1/4-inch-thick neoprene isolator pads, 85 plus or minus 5 Shore A durometer, sized for full width and length of bracket or support. M. Protect all furnished items from damage due to work of adjacent trades. Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 05500 MISCELLANEOUS METALS 05500-Miscellaneous Metals. 05500-9 November 2025 3.02 ERECTION TOLERANCES A. Maximum offset from true alignment: 1/4-inch B. Maximum space between adjoining or abutting grating or cover plate sections: 1/4-inch C. Maximum variation from top surface plane of adjoining or abutting grating or cover plate sections or structure: 1/8-inch END OF SECTION Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 05500 MISCELLANEOUS METALS 05500-Miscellaneous Metals. 05500-10 November 2025 THIS PAGE INTENTIONALLY LEFT BLANK Ap pendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid A1;S.J. A1;S.J.\A1;S.J. A1;S.J. A1;\pxqc;BALER SUMP A 1 2 3 0 A1;9'-0" A1;15'-0" 1 1 2 2 BALER SUMP DETAIL 1/2"=1'-0" A A1;EXISTING FLOOR DRAIN A1;S.J. IS AN ABBREVIATION FOR A SAWCUT JOINT A1;REMOVE AND SALVAGE EXISTING STEEL PLATE ACCESS DOORS AND HINGES INTO THE BALER SUMP FOR THEIR RE-INSTALLATION A1;SAWCUTEXISTING CONCRETESLABVERTICALLYANDDISPOSEOFEXISTING CONCRETE A1;4" MIN. A 1 6 M I N E M B E D A1;6" MIN. EMBED \A1;9'-0" A 1 4 M I N A1;#4 L-SHAPED DOWEL BARS @ 12" O.C. (TYP)A 1 1 2 A1;2'-8" A 1 8 A 1 2 6 A1;L3 {\H0.7x;\S1#2;}" x3 {\H0.7x;\S1#2;}" x {\H0.7x;\S1#2;}" EMBEDANGLEWITH {\H0.7x;\S1#2;}" DIAMETERNELSONSTUDS@12" O.C. (TYP) A1;HIGH-EARLY STRENGTH CONCRETE A1;THREE (3) #4 BARS LONGITUDINAL (TYP) A1;EXPANSIVE WATERSTOP (TYP) A1;9'-0" A1;#4 L-SHAPED DOWEL BARS @ 12" O.C. (TYP) A 1 8 A1;3'-4" BALER SUMP SECTION 1/2"=1'-0" 1 NOTE: CONTRACTOR SHALL WELD SALVAGED BALER SUMP ACCESS DOORS TO THE NEW PERIMETER EMBED ANGLES. A1;SAWCUTEXISTINGCONCRETEWALLHORIZONTALLYANDREMOVEEXISTINGCONCRETESLABABOVETHIS LINE A 1 8 A 1 2 6 A1;THREE (3) #4 BARS LONGITUDINAL (TYP)\A1;4" MIN. A 1 6 M I N E M B E D A1;6" MIN. EMBED \A1;9'-0" A 1 4 M I N A1;#4 L-SHAPED DOWEL BARS @ 12" O.C. (TYP)A 1 1 2 A1;2'-8" A1;EXPANSIVE WATERSTOP (TYP) A1;HIGH-EARLY STRENGTH CONCRETE A1;#4 L-SHAPED DOWEL BARS @ 12" O.C. (TYP) A 1 8 A1;3'-4" BALER SUMP SECTION 1/2"=1'-0" 2 A1;SAWCUTEXISTINGCONCRETEWALLHORIZONTALLY ANDREMOVEEXISTING CONCRETESLABABOVETHISLINE BA L E R S U M P R E P A I R DE T A I L S S E C T I O N S A N D N O T E S AS SHOWN BDP MAW 1 1-BSR SHEET NO. RE V I S I O N SCALE ACCORDINGLY IF NOT ONE INCH AT FULL SIZE DA T E ONE INCH 1" DATE: SCALE: DESIGNED BY: DRAWN BY: FILENAME: HWEI NO.: NOVEMBER 2025 FA Y E T T E V I L L E A R K A N S A S FA Y E T T E V I L L E T R A N S F E R S T A T I O N I M P R O V E M E N T S FA Y E T T E V I L L E A R K A N S A S OF 1 HA W K I N S W E I R E N G I N E E R S I N C 2 0 2 5 c Va n B u r e n Fa y e t t e v i l l e Li t t l e R o c k 4 7 9 4 7 4 1 2 2 7 4 7 9 4 5 5 2 2 0 6 5 0 1 3 7 4 4 8 4 6 w w w h a w k i n s w e i r c o m Fo r t S m i t h 4 7 9 2 4 2 4 6 8 5 BA L E R S U M P A N D C O M P O S T P A D R E P A I R S 2" COVERBAR 244 SIZE LAP SPLICE LENGTHS IN WALLS AND SLABS (INCHES) NOTES}: 1.TABLE IS BASED ON ACI 318R-19 & f'c = 4,000 PSI. BARS ARE UNCOATED. 2.MINIMUM BAR SPACING = 6" O.C. 305 366 LAP SPLICE LENGTHS DETAIL N.T.S. B CONCRETE CLASS CEMENT COMPRESSIVE STRENGTH TABLE 1 OF PORTLAND CEMENT FINE AGGREGATE COARSEAGGREGATE C CONCRETE CLASS W/C RATIO FLY ASH AE WR HRWR C 2)(3)(4)(5)(1) C150 TYPE 1 15-25 6.5 YES (4-7%%%) C33 YES YES 57 MINIMUM BAGS OF STEEL NOTES}: 1.ALL STRUCTURAL STEEL SHALL BE FABRICATED, ERECTED, AND CONNECTED IN COMPLIANCE WITH THE LATEST AISC SPECIFICATIONS. MINIMUM THICKNESS OF CLIP ANGLES OR CONNECTOR PLATES SHALL BE 1/4". 2.ALL WELDING SHALL BE DONE IN ACCORDANCE WITH LATEST EDITION OF THE STRUCTURAL WELDING CODE, AWS D1.1. WELD FILLER METAL SHALL BE E70XX ELECTRODES, UNLESS OTHERWISE SPECIFIED. MINIMUM WELD SIZE SHALL BE 3/16 INCH FILLET WELD, UNLESS OTHERWISE NOTED. ALL WELDS SHALL BE FIELD PAINTED AS SPECIFIED, OR COATED WITH A MINIMUM OF TWO (2) COATS OF COLD GALVANIZING FOR GALVANIZED STEEL JOINT SEALANT NOTES:} 1.EXPANSION JOINT SEALANT SHALL BE MASTER BUILDERS MASTERSEAL NP 2, OR APPROVED EQUAL. CONTRACT TIME NOTES: 1.ALL CONSTRUCTION ACTIVITIES ASSOCIATED WITH THE BALER SUMP REPAIR IN THE WASTE PIT SHALL BE LIMITED TO A CONSECUTIVE 14-DAY CALENDAR PERIOD. THE CONTRACTOR SHALL BE SUBJECT TO LIQUIDATED DAMAGES IN THE AMOUNT OF $250.00 PER CALENDAR DAY FOR EACH DAY THE BALER SUMP PIT REMAINS INCOMPLETE AND THE RECYCLING PROCESSING FACILITY CANNOT BE RESTORED TO ITS FULL OPERATIONAL CAPACITY FOLLOWING THE CONSECUTIVE 14-DAY CALENDAR PERIOD. GENERAL NOTES: 1.THE OWNER WILL PROVIDE REFUSE DISPOSAL CONTAINERS AND CONTAINER HAUL OFF. ALTERNATIVELY, THE CONTRACTOR MAY ELECT TO SALVAGE ALL DEMOLISHED MILD STEEL. 2.EXISTING STRUCTURE DIMENSIONS AND ELEVATIONS ARE BASED ON SURVEY INFORMATION AND AVAILABLE RECORD DRAWINGS. CONTRACTOR SHALL VERIFY ALL DIMENSIONS AND ELEVATIONS. FO R C O N S T R U C T I O N Appendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid EXISTING MULCH PILE SD SD SD SD FES FL=1195.99 FES FL=1195.65 EXISTING MULCH PILE SAW CUT EXISTING PAVEMENT ALONG NEAREST EXPANSION JOINT REMOVE AND REPLACE 709 S.Y. OF EXISTING HEAVY DUTY CONCRETE PAVEMENT. SEE HEAVY DUTY CONCRETE PAVING WITH GEOGRID DETAIL THIS SHEET. 6" PORTLAND CEMENT CONCRETE WITH A MIN. COMPRESSIVE STRENGTH OF 4,000 PSI BENCHMARK: LEGEND 1 OF 1 PA V E M E N T R E P A I R D R I V E A D D I T I O N Olsson - Engineering Arkansas COA #1010 F: 2 0 2 4 0 3 5 0 1 0 4 0 0 0 0 2 4 0 3 9 3 5 4 0 D e s i g n A u t o C A D F i n a l P l a n s S h e e t s S D N P V M T R E P A I R C S I T 0 1 0 2 4 0 3 9 3 5 d w g DA T E N o v 1 1 2 0 2 5 3 3 8 p m U S E R cg s m i t h BY RE V NO DA T E DE S C R I P T I O N RE V I S I O N S 3537 North Steele Boulevard Suite 310 Fayetteville, AR 72703 olsson.com TEL 479.443.3404 FAX 479.443.4340 project no.: designed by: drawn by: date: SHEET FA Y E T T E V I L L E C O M P O S T F A C I L I T Y FA Y E T T E V I L L E A R 20 2 5 JBW CGS 024-03935 11.04.2025 GRADING NOTES: DEMOLITION NOTES: KEYNOTES: INSTALL HEAVY DUTY CONCRETE PAVEMENT, SEE DETAIL ON THIS SHEET REMOVE AND REPLACE HEAVY DUTY CONCRETE PAVEMENT. SEE HEAVY DUTY CONCRETE PAVING WITH GEOGRID DETAIL ON THIS SHEET. CRUSHED STONE BASE ARDOT CLASS 7) HEAVY DUTY CONCRETE PAVING DETAIL UNDERCUT AND REPLACE WITH SELECT MATERIAL COMPACTED TO 95% S.P.D. AS REQUIRED NOT TO SCALE WWF 6X6-W1.4 X W1.4 CRUSHED STONE BASE ARDOT CLASS 7) 6" PORTLAND CEMENT CONCRETE WITH A MIN. COMPRESSIVE STRENGTH OF 4,000 PSI HEAVY DUTY CONCRETE PAVING WITH GEOGRID DETAIL UNDISTURBED SOIL NOT TO SCALE WWF 6X6-W1.4 X W1.4 GEOGRID LAYER. COORDINATE PRODUCT SPECIFICATIONS WITH TENSAR. 11 0 4 2 0 2 5 1 FO R C O N S T R U C T I O N 11/04/2025 Appendix B Bid 25 53 Co nstruction Tra nsfer Sta tion Im provem ents City Issued Bid City of Fayetteville, AR Bid 25-5 3 , Addendum 1 Page 1 | 1 Bid 25-53, Addendum 1 Date: Thursday, December 04, 2025 To: All Prospective Vendors From: Kenny Fitch – 479.575.8258 – kfitch@fayetteville-ar.gov RE: Bid 25-53, Construction – Transfer Station Improvements This addendum is hereby made a part 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 blank of the Bid. BIDDERS SHALL ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. 1. CLARIFICATIONS: a. The City of Fayetteville will be responsible for the traffic control plan and marking the area through the site, coordinating with the contractor’s schedule. b. If any portions of the site need to be closed that are regularly accessible to the public, the contractor shall coordinate those closures with the City of Fayetteville. The City will communicate any closures to the public. c. The City will be responsible for on-site material testing. 2. LINE ITEM MODIFICATIONS: Line Item 16 for “Additional 12-inch Undercut and Subgrade Preparation” has been added with a quantity of 709sy. 3. ATTACHMENTS: a. Attachment A: Olsson Addendum b. Attachment B: Updated Measurement and Payment c. Attachment C: Pre-Bid Meeting Sign-In Sheet 3537 N. Steele Boulevard / Suite 310 / Fayetteville, AR 72703 o 479.443.3404 / olsson.com 12/03/2025 To All Prospective Bidders: This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents as noted below. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject the Bidder to disqualification. ADDENDUM ITEMS Item #1 – Additional Allowance for Undercut and Subgrade Preparation An additional allowance has been added for undercut and subgrade preparation. This item has been incorporated into the Unit Price Bid Schedule and Specifications Section 01271 – Measurements and Payment. The unit price shall include, but is not limited to, excavation, disposal, import of suitable materials, compaction, and all associated labor and equipment necessary to complete the work as directed by the Engineer. Bidders shall utilize the revised Unit Price Bid Schedule provided with this Addendum and reference the updated Specification Section 01271 for detailed measurement and payment criteria. Item #2 – Clarification Regarding Excavated Materials It is hereby clarified that excavated materials generated as part of this project may be stored onsite, at locations designated by the City of Fayetteville. Offsite hauling and disposal of excavated materials will not be required, unless otherwise directed by the City. The Contractor shall coordinate with the City on where materials are to be stockpiled and ensure materials are maintained in a neat and orderly fashion. GENERAL NOTES 1.All other terms, conditions, and requirements of the original Bid Documents remain unchanged. 2.Bidders shall adjust their proposals accordingly to reflect the revisions included herein. 3.This Addendum must be acknowledged in accordance with the bid submission requirements. Sincerely, Matthew Loos, PE Olsson Vice President Attachment A: Olsson Addendum City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01271 – MEASUREMENT AND PAYMENT 01271-Measurement and Payment 01271-1 November 2025 PART 1 - GENERAL 1.01 SUMMARY A.This section includes delineation of measurement and payment criteria applicable to unit price work whether the unit price items are part of a unit price contract or are part of a Stipulated Price contract. B.Defect assessment and non-payment for rejected work. 1.02 AUTHORITY A.Measurement methods are delineated for each individual bid item under this section. B.The Engineer will take all measurements and compute quantities accordingly. C.Contractor shall assist by providing necessary equipment, workers, and survey personnel as required. 1.03 UNIT QUANTITIES SPECIFIED A.Quantities and measurements indicated in the Bid Form are for bidding and contract purposes only. Quantities and measurements supplied or placed in the Work and verified by the Engineer shall determine payment. B.If the actual Work requires more or fewer quantities than those quantities indicated, provide the required quantities at the unit prices contracted. 1.04 MEASUREMENT OF QUANTITIES A.Measurement by Weight: Items measured by weight will use specified standard handbook weights unless otherwise specified in this section for an individual item. B.Measurement by Volume: Unless herein noted differently, volume shall be measured by cubic dimension using mean length, width and height or thickness with survey chain, steel tape, approved distance meter, or by use of Total Surveying Stations and Engineering Software, as approved by Engineer. C.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. Attachment B: Updated Measurement and Payment City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01271 – MEASUREMENT AND PAYMENT (continued) 01271-Measurement and Payment 01271-2 November 2025 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 compensation for all required labor, products, tools, equipment, plant, transportation, services and incidentals; erection, application or installation of an item of the Work; overhead and profit. B.Final payment for Work governed by unit prices will be made on the basis of the actual measurements and quantities accepted by the Engineer multiplied by the unit price for Work which is incorporated in or made necessary by the Work. 1.06 DEFECT ASSESSMENT A.Replace the Work, or portions of the Work, not conforming to specified requirements. B.If, in the opinion of the Engineer, it is not practical to remove and replace the Work, the Engineer will direct the following remedy: 1.The defective Work will be repaired to the instructions of the Engineer, and the unit price will be adjusted to a new price at the discretion of the Engineer. C.The authority of the Engineer to assess the defect and identify payment adjustment is final. 1.07 NON-PAYMENT FOR REJECTED PRODUCTS A.Payment will not be made for any of the following: 1.Products wasted or disposed of in a manner that is not acceptable. 2.Products determined as unacceptable before or after placement. 3. Products not completely unloaded from the transporting vehicle. 4.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. City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01271 – MEASUREMENT AND PAYMENT (continued) 01271-Measurement and Payment 01271-3 November 2025 1.08 BID ITEMS 1.General Conditions Payment for the above item will be paid for at the lump sum (LS) price bid. This item includes full compensation for the Performance and Payment bond required by the Contract, and any other items required by the General Conditions or Supplemental Conditions. 2.Mobilization Payment for the above item will be paid for at the lump sum (LS) price bid. The payment shall cover mobilization required to construct the project as shown on the Plans and stated in the Specifications. This item includes full compensation for the mobilization required by the Contract, including all materials, equipment and labor costs. Mobilization shall not exceed 5% of the total bid amount (not including bonds and insurance and trench and excavation safety). 3.OSHA Trench Safety Payment for the above item will be paid for at the lump sum (LS) price bid. This item includes full compensation for the OSHA Trench Safety required by the contract. After award of contract, the Contractor shall submit to the Owner a cost breakdown for the work involved in the lump sum price bid for OSHA Trench Safety System and shall, with each periodic payment request, submit a certification by the competent person” as defined in 29 CFR 1926.650(b) that the Contractor has complied with the provisions of the OSHA Standard for Excavation and Trench Safety Systems, 29 CFR 1926 Subpart P, for work for which payment is requested. Periodic payments will be made in proportion to the amount of work accomplished, as determined by the Owner, and will be full compensation for trench and excavation safety, including all materials, labor, and incidentals necessary to perform the work. 4.Furnish, Install, and Maintain Erosion Control Measures Payment for the above item will be paid for at the lump sum (LS) price bid. Payments shall be full compensation for supply, installation, and maintenance of the erosion control measures as shown on the Plans and stated in the Specifications including inspections, disposal costs, and all materials, equipment, tools, labor, and incidentals necessary to complete the work. 5.Construct Baler Sump Modifications Payment for the above item will be paid for at the lump sum (LS) price bid. Payments shall be full compensation for the complete construction of the Baler Sump Modifications as shown on the Plans and stated in the Specifications including removal and reinstallation of the steel hatches, removal of the concrete lip, installation of the reinforcing steel, construction of formwork, installation of miscellaneous metals, placement of the reinforced concrete, concrete finishing, City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01271 – MEASUREMENT AND PAYMENT (continued) 01271-Measurement and Payment 01271-4 November 2025 disposal of all demolished materials, and all materials, equipment, tools, labor, testing, and incidentals necessary to complete the work. The Owner will provide disposal containers and haul-off. 6.Furnish and Install 6-inch Reinforced Concrete for Compost Pad Entrance Drive Payment for the above item will be paid for at the price bid for each square yard (SY) measured as installed as shown on the Plans and stated in the Specifications. Payments shall be full compensation for each square yard of reinforced concrete (6- inch thickness) furnished and installed for the Compost Pad Entrance Drive as shown on the Plans and stated in the Specifications including formwork, reinforcing steel, concrete finishing, curing, protection, and all materials, equipment, tools, labor, testing and incidentals necessary to complete the work. 7.Furnish and Install 4-inch Class 7 Crushed Stone Base Payment for the above item will be paid for at the price bid for each square yard (SY) measured as installed as shown on the Plans and stated in the Specifications. Payments shall be full compensation for each square yard of Class 7 Crushed Stone Base (4-inch thickness) furnished and installed including aggregate base, hauling, grading, compaction, and all materials, equipment, tools, labor, testing and incidentals necessary to complete the work. 8.Remove 24-inch Undercut and Prepare Subgrade Payment for the above item will be paid for at the price bid for each square yard (SY) measured as removed as shown on the Plans and stated in the Specifications. Payments shall be full compensation for each square yard of 24-inch undercutting performed as shown on the Plans and stated in the Specifications including excavation, hauling, disposal costs, preparation of the finished subgrade, and all materials, equipment, tools, labor, testing and incidentals necessary to complete the work. 9.Furnish and Install Select Fill Payment for the above item will be paid for at the price bid for each cubic yard (CY) of select fill measured as installed as shown on the Plans and stated in the Specifications. Payments shall be full compensation for each cubic yard of select fill furnished and installed, including select fill material, hauling, compaction, and all other materials, equipment, tools, labor, testing, and incidentals necessary to complete the work. 10.Saw Cut and Remove Existing Concrete Compost Pad Payment for the above item will be paid for at the price bid for each square yard (SY) measured as removed as shown on the Plans and stated in the Specifications. Payments shall be full compensation for each square yard of concrete compost pad removed and loaded into disposal containers, including all concrete sawcutting, City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01271 – MEASUREMENT AND PAYMENT (continued) 01271-Measurement and Payment 01271-5 November 2025 materials, equipment, tools, labor, and incidentals necessary to complete the work. The Owner will provide disposal containers and haul-off. 11.Furnish and Install 6-inch Reinforce Concrete Compost Pad Payment for the above item will be paid for at the price bid for each square yard (SY) measured as installed as shown on the Plans and stated in the Specifications. Payments shall be full compensation for each square yard of reinforced concrete (6- inch thickness) furnished and installed for the Compost Pad as shown on the Plans and stated in the Specifications including formwork, reinforcing steel, concrete finishing, curing, protection, and all materials, equipment, tools, labor, testing and incidentals necessary to complete the work. 12.Furnish and Install 12-inch Class 7 Crushed Stone Base Payment for the above item will be paid for at the price bid for each square yard (SY) measured as installed as shown on the Plans and stated in the Specifications. Payments shall be full compensation for each square yard of Class 7 Crushed Stone Base (12-inch thickness) furnished and installed including aggregate base, hauling, grading, compaction, and all materials, equipment, tools, labor, testing and incidentals necessary to complete the work. 13.Furnish and Install Geogrid Layer Payment for the above item will be paid for at the price bid for each square yard (SY) measured as installed as shown on the Plans and stated in the Specifications. Payments shall be full compensation for each square yard of geogrid furnished and installed for the Compost Pad as shown on the Plans and stated in the Specifications including geogrid material and all materials, equipment, tools, labor, testing and incidentals necessary to complete the work. 14.Remove 12-inch Undercut and Prepare Subgrade Payment for the above item will be paid for at the price bid for each square yard (SY) measured as removed as shown on the Plans and stated in the Specifications. Payments shall be full compensation for each square yard of 12-inch undercutting performed as shown on the Plans and stated in the Specifications including excavation, hauling, disposal costs, preparation of the finished subgrade, and all materials, equipment, tools, labor, testing and incidentals necessary to complete the work. 15.Additional Undercut and Subgrade Preparation (Allowance) Payment for this item will be made under the established Allowance for 12-inch Undercut, as identified in the Unit Price Bid Schedule. The allowance shall be utilized only upon direction of the Engineer and will be applied to the actual quantity of undercut authorized and performed. This allowance provides full compensation for all work associated with the additional 12-inch undercut, including but not limited to City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements Baler Sump and Compost Pad Repairs SECTION 01271 – MEASUREMENT AND PAYMENT (continued) 01271-Measurement and Payment 01271-6 November 2025 excavation, stockpiling or handling of excavated material, placement and compaction of suitable replacement material, preparation of the finished subgrade, and all associated materials, equipment, tools, labor, testing, and incidentals necessary to complete the work in accordance with the Plans and Specifications. No separate payment will be made beyond the allowance unless approved by the City. The Contractor shall track and document the actual square yards (SY) of undercut performed under this allowance to the satisfaction of the Engineer. Payment will be made based on the authorized quantities and the established allowance amount, not on unit price measurement. There shall be no separate payment for all other labor, equipment, materials, incidentals, tools, appurtenances, permits and not specifically listed in the Bid Form work required for a complete installation acceptable to the City of Fayetteville. PART 2 – PRODUCTS - Not Applicable PART 3 – EXECUTION - Not Applicable END OF SECTION 01271 Attachment C: Pre-Bid Meeting Sign-In Sheet