Loading...
HomeMy WebLinkAbout57-90 RESOLUTIONRESOLUTION NO. 57_90 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH DON MITCHELL TO RELOCATE THE WATER AND SEWER LINES IN THE VICINITY OF CATO SPRINGS ROAD AND THE NEW HIGHWAY 71. RE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILIE, ARKANSAS: Section 1. That the Mayor and City Clerk are hereby authorized and directed to execute a contract with Don Mitchell to relocate the water and sewer lines in the vic_nity of Cato Springs and the new Highway 71. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part. hereof. PASSED AND APPROVED this 17th day of April , 1093. ATTEST: By: ivtil � O�//ANtieol ty Cl r /APPROVED: Mayor Grafton, Tull & Associates, Inc. Architects & Engineers P 0 Drawer 549 / 2800 North 2nd Rogers Arkansas 72757 0549 (501) 636-48361 FAX (501) 631.6224 TO Ciy_of Fayetteville 113 West Mountain Fayetteville, AR. 72701 LETTER a F4L°iarZ1ME UL DATE 4/26/90 JOB HO 88098 AITEN' OY Don Bunn RE Ci y of Fayetteville -Utility Relocation WE ARE SENDING YOU 7C Attacned - Under separate cover via Shop drawings Copy of letter COPIES DATE NO 5 -sets the fol owing items: Prints P ans : Samp'es Specifications Change order fi Contract Documer.ts f - 4 x DESCRIPTICN THESE ARE TRANSMITTED as checked below: For approval Approved as submitted Resubmit copies for ar.p•ova; I-. For your use Approves as noted Subm t copies for d.strtbutron : As requested Returned for corrections Return - corrected prints ' : For review and comment : _ - ;; FOR BIDS DUE 19 - PRINTS RETURNED AFTER LOAN TO US REMARKS Enclosed please find 5 sets Contract Documents. Please sign all five copies, keep one for your files, and return the remaining 4 to us at your earliest cor- venience. We will mail an acditioral5copies to the Highway Department. After their review, we will issue a Notice to Proceed. If -you have any Questions. do not hesitate to contact ne. COPY TO .'1 SIGNED:< If enclosures are not es noted, kindly notify us at once. x • • • • Ailoia,. CERTIFICATE OF INSURANCE PROCLCER COCE INSURED HOFFMAN HENRY INSURANCE CORP P 0 BOX 8848 PINE BLUFF AR 71611 SUB CODE DON MITCHEI 1 INC 883 WHITE OAK DRIVE ROGERS AR 72756 ISSUE DATE (MN' DJ' 4/20/90 S CERT FICAIL IS ISSUED AS A MA"EP OF INFORMATION ONLY ANC CCNFFRS NO R GHTS JPON -HE CEPTIC CATE HOLDER. THIS CER' FICATE JOFS NG- AMEND EXTEND OR ALIEP THE COVERAGE AFFORDED BY T -'E POLICIES BF. OW COMPANY A LETTER COMPANY B . r-irn COMPANY LE -TCR l� COMPANY D ..E-1ER COMPANY E LC -TCR COMPANIES AFFORDING COVERAGE AMERICAN GENERAL CO AMERICAN GENERAL CO U S FIDELITY & COVERAGES 71-1'5 IS TO CERTIFY THA- THE POL ICIFS OF INSJRANCE LISTED BELOW HAVE BEEN ISSUED TO THE NSURED NAVEL ABCVE FCR THE RCLICY RE=IOC NDIGA-EC. NOTWI-HS AND NG ANY REQUIREMENT TERM OP CONDI-ION OF ANY CONTRACT OP OTHER DOCUMENT WITH RESPECT TC WHICH THIS CERTIFICATE MAY BE SSJED OR MAY PERTAIN THF INSURANCE 41 FORDED 8Y -HE POLICIES DESCRIBED HEREIN IS SJBJECT TO ALL --HE -EPMS EXCLJSIONS AND CONDITIONS OF SUCH POI ICIFS I IM TS SHOWN £JA" LIAVL BLLN RLDJCEC BY PA D CLAIMS CO LTR TYPE OF INSURANCE A GENERAL LIABILITY X COMMERCIAL GE NC RAL LIABLIT" C..A•MS MAZE X OCCJP OWNED E 8 CON'RAOIOR S PROT BAL-OMCBILE LIABILITY X ANY 4,.TO Al. CWNFJ ADTOS SCHFDUI FC AUTOS X 11 RFC AUTOS X NLNCWNFJ AU -OF GARAGE L A3 JTr 0 EXCESS LIABILITY CI HER -RAN UMBITE.LA FCPM WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY OTHER POLICY NUMBER ECAOh741467 ECA06733647 POLICY EFFECTIVE POLICY EXPIRY- ON DATE IMMIDD,YI GATE MM JJ YVi 7/17/89 ALL LIMITS IN THOUSANDS 7/ 17/90GLNFDA_ AGGPEaA•t $1$000 "RCS.. SOJMD'IP: AGG'EGAI6 $ 1 F 000 •AFRSO.AI R 4D:FR• FI'IG IN..,.1 V $1,000 -ACP ara.RN-NC- 41,000 r RF JAMAGF A -r ;. �' •ri $ 50 MEDC•�. ry r'.s; A- ;-_ 1PIw 1 5 5 7/17/89 7/17/90ccM3•.r ;NSI - 3905396893 8/06/B9 8/06/90 3C' LY NJLRY $ .Per DC'50') BCC Lr NJiRY 'Pe' a :Ine•II b00 RROFFRI$ EACH CLO..FRF NCF $ AGGPEGA-E s-AILTCPr 100 FA; " AC: :1-%1' $ 500 DISEASE FOLLY LMT; $ 100 DISEASE—EACF EMPLOYEE DESCRIPTION OF OPEPA-IONSI.00ATIONSNEHICLES'RESTRIC- ONS/SPECIAL ITEMS UTILITY RELOCATION Ai RELOCATED U S HWY 7 FAYETTEVILLE ARK CERTIFICATE HOLDER CITY OF FAYETTEVILLE C/O CRAFION TULL & ASSOC INC ROGERS ARK ACORD 25-S (3188) CANCELLATION SHOULD ANY OF THE ABOVE DESCP BED PO.'C ES BE CANCELLED BEFORE TI E EXPRAT CN DATE -HEREOF. -HE ISSUING COMPANY WILL MAL AYS WR TTLY NO1 CI "C 'HI CERTIFICATE POIUFR NAMrU 1011-F LEFT L KIND LPO AUTROPIZED REPRESENTATIVE BOB ROBERT'S c6oak) 443 DA '':ACORD CORPORATION 1988 x At OE Ii CERTIFICATE OF INSURANCE PRODUCER CODE INSURED HOFFMAN—HENRY INSURANCE CORP P 0 BOX 8848 PINE BLUFF' AR 71611 SUB -CODE CITY OF FAYETTEVIL[E C/O CRAFTON Till I ASSOC ROG ERS AR ISSUE DATE MM,D3'YYI 4/20/90 THIS CEPTIFICA-E IS ISSUED AS A MATTER OR INFOPMA1 ON ON.Y AND CONFERS NC RIGHTS UFCN THE CFR1IFICATE HCLDER. THIS CFRTIR CA IL DOES NOT AMEND LX -END OR ALTER THE COVERAGE ACCORCED BY -HE PO. .0 ES BELOW COMPA\V A FT -FR 1.1 COMPA\V B I FTTFR COMPANT `. . FIT EH COMPANY .F-TFR COMPANY F -TEP COMPANIES AFFORDING COVERAGE AMERICAN GENERAL CO COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE_ LIS -ED BELOW HAVE BEEN ISSUED 10 -HE INSURED NAMED ABCVF FOR 1HL PO. CY PERIOD NDICA-ED NOTWITHS-ANDING ANY REOU REMENT TERM OR CCNDIT•ON OF ANY CONTRACT OR OTHER DOCJMENT WITH 9FSPEC T -0 WHICH THIS CEFTIF CATE MAY BE ISSJEO CR MAY PERTA'N. THE INSJPANCE AFFORDED BY THF POI C•ES DESCRIBED HERE N S SUB -TCT -10 Al t °EEL -ERVS. EXC-JS CNS AND COND TIO \S CF SUCH RCL C'FS L IM IS SHCW\ VAY HAVE SEEN RED..CFD BY -AID C_AIMS CO ..TR TYPE OF INSURANCE POJCV NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE IMM'DD•VY DATE IMM'DD VV 4.L LIMITS IN -YOUSANDS A GENERAL LIABIJTY BINDER 4/20/40 4/20/91 AGGayOA'IE S 1 p000 COMMERC 4_ GE\EPA. L IAN(mePROD ,JIS.CCMP CPS AGGREGATE E CLAIMS MADE OCCUR PFFSO':AI k AI1VEL S \G ILJT' $ X OWNER S B GO\TRACTOR S Fr -OT FA: f •'Cf LHRF NCF $ 1 , 000 F RF DAYA; E- •A-, :-_' . VF: CA. EXPENSE Am -•,e tors.,^1 S AUTOMOBILE LIABILITY COME N=:) A\V AUTO LM1 tll A,1 OWNrD Ad CS BOD _Y SC'FOLI FO A„1CS He- 11605C-1 ..FV PIPED AJTOS BOD•_\ N F S NON OWNED AUTOS IPr v:nr GARAGE L MAIL -Y S EXCESS . IABIL -v O' -ER IPA\ UMBRELLA FORM WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY OTHER FFOPFF-m HAMAGF EACP OCCURRENCE STP- ,l(TaV DESCRIPTION OF OPERATIONS,LOCATIONS/VEHICLES'RESTRIC-.ONS,SPECIAL HEMS CERTIFICATE HOLDER CRAFTON TIJLL & ASSOCIATES ROGERS ARK ACORD 25-S (3188) CANCELLATION AGGREGATE EAC- ACC 'E\- IDSFASF FACH FMPICVFF SHOLLD ANY CF THE ABOVE DESCRIBED P0.1. FS RP CANCELLCC BEFORE THE EXDIRAT'CN DA'E-HEREOR 'HF ISSUING CCMPANY WILL B•NBCAVOH-TO MA L JAYS WR TTEN NOT CE -C 'HE CFRTID GALE HCL:)LR NAMED TO THE L EF1 Stii 9MILUr1 MAI 9AAP CT y® i "rr LIADI_1TV 01 AN- YJNUTJ AUTHORIZED REPRESENTA- VE BOB ROBERTS Mlsa DA LACORD CORPORATION 1988 X X 4 HOFFMAN-HENRY INSURANCE CORP P 0 BOX 8R48 PINE BLUFF AR 71611 CITY OF FAYETTEVILLE C/O CRAFTON TULL ASSOC ROG ERS AR AMERICAN GENERAL CO 4/20/90 12:01 X LIAR OCCUR CONTRACTOR DON MITCHELL INC UTILITY RELOCATION AT RELOCATED US HWY 7t FAYETTEVILLE ARK CRAFTON TULL & ASSOCIATES ROGERS ARK X 4/20/90 MITIBO-1 DA 4/20/91 X 80E3 ROBERTS 5 felb 1 .4.t 1,000 1,000 ROFILMED jll i)51-1 MIC D SPECIFICATION AND CONTRACT DOCUMENTS FOR CITY OF FAYETTEVILLE UTILITY RELOCATIONS AT RELOCATED U.S. HIGHWAY 74 (FAYETTEVILLE BID# 90-9) FEBRUARY, 1990 1/88098 Crafton, Tull & Associates, Inc. Architects & Engineers 1 • ACORD. CERTIFICATE OF INSURANCE PRODUCER CODE INSUREC HOFFMAN-HENRY INSURANCE CORP P 0 BOX 8848 PINE BLUFF AR 71611 SUB -CODE DON MITCHELL INC 883 WHITE OAK DRIVE ROGERS AR 72756 SSUE DATE MM.CC V V, 4/20/90 THIS CER-IFICA-E IS ISSUED AS P MAT TEF OF INFORMATION CNL Y AND CONrERS NO RIGHTS UPON THE CERTI' ICATE HO.OEF THIS CERT'FICA-E DCES NC AMEND EXTEND OR ALTER "HE CCVEPAGE AFFORDED BY T -E POLICIES BELOW COMPANY A LETTFR COMPA\" B LETTER COMPANY _E -TEP C COMPANY LETTER D COMPANY E LETTER COMPANIES AFFORDING COVERAGE AMERICAN GENERAL CO AMERICAN GENERAL CO U S FIDELITY & COVERAGES THIS 'S TO CERTIFY THAT THE POLICIES OF INSURANCE LIS"ED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR 'HE POLICY PER CD INDICATED NOTWITHSTANDING ANY RECU REMENT, TERM OR CONDIT ON OF ANY CONTRACT OR OTHER DOCJMENT WITH RESPECT TO WH CH TH S CEPTIFICA"E MAV BE ISSUED OR MAY PERTA N THE INSURANCE AFFORDED BY THL PO_IC FS DESCRIBED HERF.N 5 SI -ELECT -O ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH PO"IC ES . MrS SHD'WN MAY HAVE BEE\ RLJUC=D BY PAIS OLA MS CO TYPE OF INSURANCE LTR Ft GENERA_ _IABIL'Y X COMME'C AL GFNEkAL -MVP/ C_AIMS MATE X OCCLR OWNER >' & UO\TRACTOR'S PPOs B AUTOMOBILE LIABILITY X ANY A„TC AL.. OW\FC AJTOS SCHCDJI E.) AUOF X HIRED A„ GS X NON -OWNED AJTOS GARAGE 1 PP'L TY D EXCESS I'ABILITY OTHER IRAN ..MBHEL_A FORM WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY OTHER POLICY NUMBER ECA06741467 ECA06733647 3905398993 POLICY EFFECTIVE POLICY EXPIRATION DATE'MM•:D•YY' DATE IMM.DD'VY, 7/17/89 ALL L MITS'N THOUSANDS 7/17/9OGE\EnA, ARnRE(aA'F RRC:„C-S :PMP OPS AGGREGATE PrRCOIJAL b AJ'.Ek' S NG NJJRV 1-A7H C:,CLRPF".CF F PF CAMAGF 'A r 1A MED .. -,A_ EVPE SF .A. , +e pr'gr., 7/17/89 7/17/90-0',"R NE: S N6LE DOD .\ I\ IPP 1Lc n n FL1IEn-V :AMA.1- 8/06/69 9/06/90 sr.. $ DESCRIPTION OF OPERATIONS:LOCATIONS/VEHICLES/REST PICTIONS%SPECIAL ITEMS UTILITY RELOCATION AT RELOCATED U S HWY 74 FAYETTEVILLE ARK CERTIFICATE HOLDER CITY OF FAYFTTEVILI.E C/O CRAFTON LULL. & ASSOC INC ROGERS ARK ACORD 154 (8189) $ $ EACH CC. -...,FENCE $ 100 500 100 $ $1,000 $1,000 $1,000 $1,000 sSO $5 AGGPEGATF E.:('n ACC JFN' ' D'SEASF —POL ICY LIM DI*EASE PP: H EMP_OYFF CANCELLATION SHOJLC ANY OF HE ABOVE DESCPI9EC POLICILS BE CANCELLED BFe OPE THE EXP RATION DATE THEREOF THE SSU•NG COMPANY WLL EMIMWOCO MAIL" �((DYAYS 'WRITTLN NC ICE TO THE CL RT FICATF HOLLER NAMED TO THE LEFT B&1 -AR LHt ro , - �.•,. A.O OBL HAT'vn JR L AUTHORIZED REPRESENTAT.VE BOB ROBERTS b'd0 Y(usto DA VACORD CORPORATION 1988 X • • AIDOM (CERTIFICATE OF INSURANCE PRODUCER CODE INSURED HOFFMAN-HENRY INSURANCE CORP P 0 BOX BB48 PINE BLUFF AR 71611 SUB -CODE CITY OF FAYETTEVILLE C/O CRAFTON TULL ASSOC ROG ERS AR COVERAGES THIS IS '0 CER'IE V THAT THE PO_ C FS OF NSURANCE LISTED BLOW HAVE BEEN ISSUED TO THE IVSJRED NAMED ABOVE FOP THE POLICY PERIOD INCICATFD, NOTWITHSTANDING ANY REOJIRFMEN', IEPM OR CONDITION Or ANY CCNTRACT OR CHER DOCUMLNT'wr'i RESPECT TO WHICH THIS CERT FICATE MAY BE ISSUED OP MAY PERTAIN, THE NSURANCE AFVOPDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT 10 ALL THE TERMS. EXC.( USIONS AND CONCIT CNS 01 SLCH POLICILS LIMITS SHOWN MAY HAVE BEEN REDUCE C EY PA D CLAIMS CO LTR TYPE OF .NSURANCE NCE POLICY NUMBER A GENERAL LIABILITY BINDER COMMFRCIAL GENERAL L AB LITY CI AIMS MP DE OCC.,F X OWNERS 8 CC's-HACTOR S PROT 1 ISSUE DATE MMM DJ YY) 4/20/90 'HIS CERT( ICATE IS SSJFD AS A MATTER OF NF ORMAT°ON ONLY AND CONFERS NO RIGHTS LPON T -IL CER'IFICATL HOI DER THIS CEPTIF CATL DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFCRDEC BY 'HE PO -IC FS BE -OW COMPANIES AFFORDING COVERAGE COMPANY A LFTTEn COMPANY LFT ER COMPANY E Ek r.. COMPANY LETTER D COMPANY E .E'TFR AMERICAN GENERAL CO AUTOMOBILE LIABILITY ANY A„TC AL, CWNED AL1 OS SLHEOULED AUTOS HIRED 4..)OS NON -OWNED AUTOS GARAGF I AB LITY EXCESS I 'ABILITY J -.¢R -NA% UMBRA LA FORM WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY OTHER DESCRIPTION OF OPERATIONS'LOCATIONS'VEH CLESIRESTRICTIONS:SPECIAL ITEMS CERTIFICATE HOLDER CRAFTON TULL & ASSOCIATES ROGERS ARK ACORD 25•S (3/88) POLICY EFFECT VE PO -ICY EXPIRATION DATE IMM'DD,VY DATE IMM 01) vv 4/20/90 ALL LIMITS IN_HOUSANDS 4/20/91 GI -NEW.. A3GR.:64TE $1,000 FPJD.,C TF COPE Dos 4G3FFGA'E $ F-Pe0'.4 A AS,, I.1:S NG N.., kV EAC" VCC..1.141-'J0.- $ 1,000 RF )CrAUAA-, -' P MED CA. EXPFNSI- a ., •-,T owson $ :OMB NEI' S''GI E O0. LV ..URI BOI)Ls Pei a-: te- D k.8.EIV F EACH OCC URHENCF $ g A3GRFG4TE S'e1UT^nv F A ;- ACC DI -NT $ •3 SFASE—PC. ICY .IMITI $ ID SEAS! 1 -ALP CMPLOvEF CANCELLATION SHOULD ANY OF THL ABOVE CESCPIBED POLICIES BL CANCL._ED BEFORE THE EXPIRATION DATE THEREOF-, 'HE ISSUING COMPANY WI. , ENDEAVOR TO MAIL L�DAYS WR TTEN NOT 01 -C 'H1 CE°TP-'CATE HOLDER NAMED 10 THE LFF T. Bl `EA'LURF TO MAIL SJCH NC ICE SHALI MPOSF NO CBI (GAT ON OR L ABILITY OF ANY K ND U°CN THE COMPANY. I'S AGEN;5 on RFPPESENIAT'VES AUTHORIZED REPRESENTATIVE BOB ROBERTS DA Q.ACORD CORPORATION 1988 x a X • • • • • 4/20/90 HOFFMAN-HENRY INSURANCE CORP AMERICAN GENERAL CO MITIB0-1 DA P 0 BOX 8848 4/20/90 12:01 X 4/20/91 X PINE BLUFF AR 71611 LIAB OCCUR CITY OF FAYETTFVILLE C/O CRAFTON TULL ASSOC ROG ERS AR CONTRACTOR DON MITCHELL INC UTILITY RELOCATION AT RELOCATED LIS HWY 7j FAYETTEVILLE ARK CRAFTON TULL & ASSOCIATES ROGERS ARK X BOB ROBERTS 3 DV i, 1,000 1,000 • • • ADVERTISEMENT FOR BIDS City of Fayetteville OWNER 113 W. Moi.nta;n ADDRESS Fayetteville, AR. 72701 Separate sealed bids for the construction of Utility Relocaticrs at Relocated U.S. Hwy 71, Fayetteville, Arkansas (Fay. Bid# 90-9) will be received by City of Fayetteville at the office of City of Fayetteville, Administration Bldo. Rm,326 until 2:00 p.m. 08tANh WOWxlRi'i ( (Daylight Savings Time), March 20 , 19 90, and then at said office publicly opened and read aloud. The CONTRACT DOCUMENTS, consisting Instruction to Bidders, Bid and Conditions, Supplementary Conditions Bond, Drawings, Specifications, and the following locations: of Advertisement for Bids, Bid Bond, , Payment Addenda, Grafton. Tull 6 Associates, Inc. Agreement, General Bond, Performance may be examined at 2800 No. 2nd, Rogers, Arkansas Copies of the CONTRACT DOCUMENTS may be obtained at the office of Crafton, Tull & Associates, Inc. located at 28C0 No. 2nd, Rogers, Arkansas upon payment refunded. of $ nn for each set, none of First Publication which will be By DON BUNN, CITY ENGINEER February 28, 191;0 Second Publication March 7, 1990 CD -1 COPYRIGHT© 111 CRAFTON, TUU I ASSOCIATES, INC. NOTE: CONTRACTOR IS REQUIRED S SUBCONTRACTORS THAT WILL BE USED ON THIS PROJECT IN A SEALED ENVELOPE ATTACHED TO THIS BID PROPOSAL INSTRUCTION TO BIDDERS 1. Defined Terms. Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract, NSPE-ACEC Document 1910-8, CSI 56465 (1978 editions), have the meanings assigned to them in the General Conditions. The term, "Successful Bidder", means the lowest, qualified, responsible Bidder to whom the Owner (on the basis of Owner's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents. 2.1 Complete sets of the Bidding Documents in the number and or the deposit sum, if any, stated in the Advertisement for Invitation may be obtained from Engineer (unless another issuing office is designated in the Advertisement or Invitation to Bid). The deposit will be refunded to Bidders who submit a bona fide Bid and returns the Bidding Documents in good condition within ten days after opening of Bids, unless noted otherwise. . 2.2 1 Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner or Engineer assume any responsibility for errors or misinterpretations result- ing from the use of incomplete sets of Bidding Documents. 2.3 Owner and Engineer, in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3. Qualifications of Bidders. To demonstrate the qualifications to perform the Work, each Bidder must be prepared to submit within five days of Owner's request written evidence of the types set forth in the Supplementary Conditions, such as financial data, previous experience and evidence of authority to conduct business in the jurisdiction where the Project is located. Each BID must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. CD -2 COPYRIGHT © Tai curia'', Tull I cuac*Tls.1Nt, 411 4. Examination of Contract Documents and Site. 4.1 It is the responsibility of each Bidder before submit- ting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may in any manner affect cost, progress, or performance or furnishing of the Work, (c) consider federal, state, and local Laws, and Regulat- ions that may affect cost, progress, or performance or furnishing of the Work; (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. • • 4.2 Reference is made to the Supplementary Conditions for the identification of: 4.2.1 Those reports of explorations and tests of subsurface physical conditions at the site which have been utilized by Engineer in preparation of the Contract Documents Bidder may rely upon the accuracy of the technical data contained in such reports but not upon non-technical data, interpretations or opinions contained therein or for the completeness thereof for the purposes of bidding or construction. 4.2.2 Those drawings of physical conditions in or relating to existing surface and subsurface conditions (except Underground Facilities) which are at or contiguous to the site which have been utilized by Engineer in preparation of the Contract Documents Bidder may rely upon the accuracy of the technical data contained in such drawings but not upon the completeness thereof for the purposes of bidding or construction. Copies of such reports and drawings will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the technical data contained therein upon which Bidder is entitled to rely as provided in Paragraphs 4.2.1 and 4.2.2 are incorporated therein by reference. Such technical data has been identified and established in the Supplementary Conditions. 4.3 Information and data reflected in the Contract Docu- ments with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to Owner and Engineer by Owners of such Underground Facilities or others, and Owner does not CD -3 COPYRIGHT © ma CRAffON, TULL C ASSOCIATU INC: • • assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Supplementary Conditions. 4.4 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidder on subsurface conditions, Underground Facilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in Paragraphs 4.2 and 4.3 of the General Conditions. 4.5 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examina- t ions, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which Bidder deems necessary to determine his Bid for performing and furnishing the work in accordance with the time, price and other terms and conditions of Contract Documents. 4.6 On request in advance, Owner will provide each Bidder access to the site to conduct such explorations and tests as each Bidder deems necessary for submission of h is Bid. Bidder shall fill all holes, clean up, and restore the site to its former condition upon comple- t ion of such explorations. 4.7 The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the work are identified in the Contract Documents. 4.8 All additional lands and access thereto required for temporary construction facilities or storage of mater- ials and equipment are to be provided by Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by Owner unless otherwise provided in the Contract Documents. The submission of a Bid will constitute an incontrovertible representation by the Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents are CD -4 COPYRIGHT © itt CRAPlOf4 TOLL i ASSUMES, INC. sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of Work. Xnterpretations and Addenda 5.1 All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the Bidding Documents. Questions received less than ten days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clari- fications will be without legal effect. 5.2 Addenda may also be issued to modify the Bidding Docu- ments as deemed advisable by Owner or Engineer. 6. Bid Security 6.1 Each Bid must be accompanied by Bid Security, made payable to Owner, in an amount of five percent of the Bidder's maximum Bid price and in the form of a certified or bank check or a Bid Bond (an form attach- ed, if a form is prescribed) issued by a Surety meeting the requirements of Paragraph 5.1 of the General Conditions. 6.2 The Bid Security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required Contract Security, whereupon it will be returned. if the successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days of the Notice of Award, Owner may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of the seventh day after the Effective Date of the Agreement or the forty-sixth day after the Bid opening, whereupon Bid Security furnished by such Bidder will be returned. Bid Security of Bids which are not competitive will be returned within seven days after the Bid opening. CD -5 COPYRIGHT © INS CRATTGI, MA 1 ASSOCIATES, GIC. 7.1 Contract Time The number of days within which, or the date by which, the Work is to be substantially completed and also completed and ready for final payment (the Contract Time), are set forth in the Bid Form and will be included in the Agreement. 8. Liquidated Damages Provisions for liquidated damages, if any, are set forth in the Agreement. 9. Substitute or Equal Items The Contract, if awarded, will be on the basis of material and equipment described in the Drawings or specified in the Specifications without consideration of possible substitutes or "or equal" items of material or equipment which may be furnished or used by Contractor if acceptable to Engineer. Application for such acceptance will not be considered by Engineer until after the "effective date of the Agreement". The procedure for submission of any such application by Contractor and consideration by Engineer is set forth in Paragraphs 6.7.1, and 6.7.2 and 6.7.3 of the General Conditions which may be supplemented in the General Requirements. 10. Subcontractors. etc. 10.1 If the Supplementary Conditions require the identity of certain Subcontractors and other persons and organizations (including those who are to furnish the principal items of material and equipment) to be submitted to Owner in advance of the specified date prior to the effective date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall, within seven days after the Bid opening submit to Owner a list of all Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, person, and organization, if requested by Owner. If Owner or Engineer, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, either may, before the Notice of Award is given, request the CD -6 COPYRIGHT © TM CRAFTOII, Mi i ii$OC1ATU OIL • apparent Successful Bidder to submit an acceptable sub- stitute without an increase in Bid price. 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 Subcon- tractors, Supplier, other persons and organization The declining to make requested substitutions will not constitute grounds for sacrificing the Bid Security of any Bidder. Any Subcontractor, Supplier, other person or organization listed and to whom Owner or Engineer does not make written objection prior to giving of the Notice of Award will be deemed acceptable to Owner and Engineer subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph 6.8.2 of the General Conditions. 10.2 In contracts where the Contract Price is on the basis of Cost -of -Work Plus Fee, the apparent Successful Bidder, prior to the Notice of Award, shall identify in writing to Owner those portions of the Work that such Bidder proposes to subcontract and after the Notice of Award may only subcontract other portions of the Work with Owner's written consent. 10.3 No Contractor shall be required to employ any Subcon- tractor, other person or organization against whom he has reasonable objection. • 11. Bid Form 11.1 The Bid Form is included with the Bidding Documents; additional copies may be obtained from the Engineer. 11.2 All blanks on the Bid Forms must be completed in ink or typewriter. The Bid price of each item on the form must be stated in words and numerals; in case of a conflict, words will take precedence. 11.3 Bids by corporations must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. 11.4 Bids by partnership must be executed in the partnership name and signed by a partner whose title must appear under the signature and the official address of the partnership must be shown below the signature. CD -7 COPYRIGHT © )et CAAryo)f, TILL A ASSOCIATE; OIL 12. Submission of Bids Bids shall be submitted at the time and place indicated in the Advertisement for Bid, and shall be included in an opaque sealed envelope, marked with the Project title and name and address of the Bidder, and accompan- ied by the Bid Security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation, "BID ENCLOSED", on the face of it. 13. Modification and Withdrawal of Bids 13.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to opening of Bids. 13.2 If, within twenty-four 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 his Bid and the Bid Security will be returned. Thereafter, that Bidder will be disqualified from further bidding on the Work to be provided under the Contract Documents. 14. Opening 04 Bids Bids will be opened a. publicly X b. privately 14.1 When Bids are opened publicly, they will be read aloud and an abstract of the amounts of the base Bids and major alternatives (if any) will be made available after the opening of Bids. 14.2 When Bids are opened privately, an abstract of the same information will be made available to Bidders within seven (7) days after the date of Bid opening. 15. Bids To Remain Open All bids shall remain open for forty five days after the day of the Bid Opening; but Owner may, in his sole discretion, release any Bid and return the Bid Security prior to that date. CD -8 LOPYi1GNI O me ciuFTON, nai t auecun:; mt Award of Contract Owner reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work, and to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, non-responsive or condit- ional Bids. Also, Owner reserves the right 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. Discrepan- cies in multiplication of units of work and unit prices will be resolved in favor of unit prices. Discrepan- cies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 16.2 In evaluating Bids, Owner shall consider the qualifi- cations of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates and unit prices, or other data, as may be requested in the Bid Forms or prior to the Notice of Award. 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 must be submitted as provided in the Supplementary Conditions. Owner also may consider the operating costs, maintenance requirements, performance data, and guarantees of major items of materials and equipment proposed for incorpor- ation in the work when such data is required to be submitted prior to the Notice of Award. 16.4 Owner may conduct such investigations as Owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. . 16.3 16.5 If the contract is to be awarded, it will be awarded to the lowest Bidder whose evaluation by the Owner indicates to Owner that the award will be in the best interests of the Project. CD -9 COPYRIGHT © 1181 CLIFTON, TULL i ASSOCIATE; INC. 16.6 If the contract is to be awarded, Owner will give the Successful Bidder a Notice of Award within forty-five days after the day of the Bid opening. 17. Performance and Other Bonds Paragraph 5.1 of the General Conditions and the Supplementary Conditions set forth Owner's requirements as to performance and payment Bonds. When the Successful Bidder delivers the executed Agreement to Owner, it shall be accompanied by the required Perform- ance and Payment Bonds. 1B. Sianina of Agreement When Owner gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement and all other Contract Documents attached. Within fifteen days thereafter, Contractor shall sign and deliver the required number of counterparts of the Agreement and attached documents to Owner with the required Bonds. Within ten days thereafter, Owner will deliver one fully executed signed counterpart to Contractor. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. CD -10 COPTRIGHT © Iqt CR OTON, TULL & ASSOCIATES, UN: • • W O- M • 0 C7 (nz 03 a -OJ -J O L WILL COMPLETE THE WORK FOR THE CC W • CTA JOB NAME: 00 CFI O CC CC COCO 0 0 F U W u (r Cl. 0 0 J G 0 O 1 - CC CC G O CO H z 0 •( N. N EST. QUANTITY N H z W J DESCRIPTION N C. CO i - t LP U\ s N N U U ▪ C r3 •- U c, - U Co u- p_ a 1 - L U • t c u U W L ro U « X U C 7 •- L v u N C G O N •- L - o « W - 0 Ninety Cents 0 cl c C c c c U c C (a z un D G 7 0 r N z z W u O z G z W H H H ce ce 3 3 W U aC A CC 0 c d a as C 3 c 3 CO 03 Z Z J - F F - Z � H 0 M 0 N 111 • C = (3 N N C w .- - N C) CI M G U C C W O Cn - C C U • L .r L c U U U n 7 M -co 3 3 t ul « C • C L N 2 E m u UU0 • hundred three and ten cents 0 1— H CC - o[ W W U U d• 0 CC c a a s cc o • 3 — m CO 2 z J 1- 00 c• O 1/40 • G W a - > > — C w G C c •- VI [ 0 U 0 CA - C U G- « G rj .1 ▪ +" 7 L IP 1- C C L u. X > - u h > C and no cents 3 N C G J - J O 0 Two thousand N r z W U 0 Z G z W W H H - cc as 3 W w u u - N Q_ N a. c a o a z 0 C 3 - 3 CO CO Z J F- G 0 Z O � r CD - 14-A COPIRIGHT Q• CRAFTONJILL i ASSOCIATES IN0 W LI C- o O O CO s J O a o'1 O F N W LI C O_ CL a c m - U CO O _O F Cl — — d 2 O N T u y F- F. Y Z V1 Q I� wvm d O c_ - I - W lL N N S W 00 hr 03 > H O N CO J W z J w O O L, C W T r 4- F L O J •- U C C C O W WC. —JO Z d CC z.. Q 3 o cur w Z U C L O F Q C F F• S La u a r C, u F — U U u W K U m O N J u a H a u c Z LU c C •- o O O L •- U U W w J G v � O' — m V- 3 m .-1 ac m cc Q0 UEI W =c —C C o u CT O = M F F • s u N C C U U C C U C m N � N F O -p U U > Cl L C L O C) C Q C 0 C N U I J C J O O c W, O O • O O O .I. O N N N N in F N F• u Z Z u 2 N Z N C W C W W u U U U U • C C U C U U C) Cl O J U O C C O O O O O O O L. N. o c r z Q Q C C - m m N 0 c u u J U J U Y C O C O o0 O U U m L u m N C - m u U U N >L 4 w k O 2 w >,. Z w F u w F 4)C F- I- F- - .-i•- F - u cc - ac 3 c� m 3 -C) 3 u 3 +-1 w u u c° w u 0- u - - a u - •- a — to cc N O — N w N u E zc ac •mac d'c ac m O d w cc •- a Cr cc > u . ft O3 3 .c m c3 -3 u- m2 .,XCV mz coz CJ Cl N mZ O N c - a F• Q a F. c- y F = E m - F O0' z O CJ O— z O O .- J F• •- U Ot O F C V O 2 a m '4- >- T VI C a C m > J > � N c 2 z w W F- I- F F GC 3 3 w w u - - N 1 A ac a 0_c d K o co 03 co co Z z - J - F I- 2 H CD - 14-B 1 COPYRIGHT Q i* CRAFTC►4 VL& 4 ASSOCtATE31 IHO% I• W u a- a � o O J O ¢ F M O F W U N C o d O 0 O ID O U m O O M a— K z N L Y 2 z U, U - Q a G C. W i > N 2 W Lao Z T N J W z J J O O O W >• W v � s c C p o W W a L L N Y K 2 O G O 3 m E O 0 w 7 2 U 0 O U F- r C L •- W � L — J 7 — a w L o E w m LL- N u J J 00 c C C C n a 3 0 co L m GJo� W -.- C W l U J C C C C C z C LU O W U C U C 'C ti - a -o O L 7 C L 7 L O O O < v L v C (J C ti m J O L ac4-) ¢ C J J p aCO J O z z W W 1- I- I- I- - : 3 W W u u - K O c_ CL O a z s O O 03 —1:3 " m z z — J ¢ ~ z O F- LA (.4 G) 4- 0) a E 0 U 'D U Cr C a 1 a O O L'l N O 0 LA O C w C C NL N • Z z C W U U U C, C 0 C O a '-4- C >• u ¢ v 3 a) Z C) L L C N � L J �( J O O N I- 2 LU U • C U 0 0 O 0 C O rs I- - UI L '5 O- z _ o ¢ a C N Cb +' 0 v L N -C K C J -C o o LL C J O J L C a U C C O 4-) z L ¢ C) C 9 N L N N OC ¢ C J 4) J > > O a O w lu N — Y • N U U C 2 CC a Z W - -[ ": 2 W W U W r C y cz 3 3 3 w u c— a -0 w U - u 3 1 u - - L •7 C O d O Co M'- U p p O 0 3 m 3 ,., O a m 2 Z ] U C a m z m z J L J C C.- G G) f ¢ E O G 000- O I-- N 0 2 ¢ CD -14-c COPYRIGHT Q DR CRAFTOI SLL A ASSOCIATE3114 W 0 a 0 0 — m N Q F- - O N. [i W U C o a 0 rp O u m _o I- C) K z Ur T z y 2 N 7 Q � W O M L > W a 0 N = W U z u NZ y 03 F� u - O W m J Z J J 7 O O 0 W T W = L � L U C L p K m N N a L 3 m u m O N O W Z G u x O W u S c U O J u E a r w o u 0 0 J U - y Ol Ip N 30 L OD N C C S W - •- N Pul N 1 U Lfl C v V O O O T • C C N 0' Lfl O M • 4) F- C ~ ✓ N ti z ~ u �' N F Y H W W yzj C W C Z C Z U > u U U •U W.1 o V U. u 3 0 0 2 Z C O u o u o o T C r - O c v 3 Ui 0 0 T K Cr 3 Z Cr0 O to Q Q Q .- Q Q Q N N L C to T c - V > o v D - > 0 C T L Ui Ui V N N U Q C u > N C +-' J U J C J a) J C > C U o W Z OJ > J N J Z 0 U 0 • a ~ 0 > O 0 u V ro C U J X '4- 0) n U a N 4-'C ?. U Oz = u auci = ` w L E L Z W -t Z W W I- W I- I- F- _ u 1- I- - F- I- I- - W 1_- - V 1-- - - 3 ^ 0 r - 3 4v o.m K 3 •- N s 3 c r0 c 3 y 3 U.". L .— N WC— W U L o V n W0 00. W U o ra u -E u so a o o m_ -rn a� 4-Q —v+ sLn ,., 0 0. O u 0 _ >o z a0 _0 3 0 3 0 o— a 0 00 Co - a 0 3 —3 u— 03 - 3 m U- •_ - 0 X r0 m CG Z Z 7-w - or z U rn m z z J V (V-4-- — J F- Q ai U Y F- Q Y a N Q ZF- = N Ol u — F_ u 0 — H 7 0 ^ c a� z a o•- 7 F- K 7 F- M ? N • N CD -14-D correjciT @ 1911 CRAfTON►JVL► I ASSOCIATES1Pd' i• W V d 0 0 0 m 0 J 0 0 C, r N W U C 0 d u C C C _ C U m O v Z Is,. ' I- - Z In - Q d M C r/1 W L In r W V z N Z H 0 m r 0 .� 0_i Z J - = O O 13 � W � x r J V OC a Q N lL W Y ¢ o c C) Z N 0 L a i:qi�NyW,yw E w u Li Ln Q r • N a c 0 Lfl 0 O 0 N C C) O U u m C 0 1 U C in oN N N in F- r r c r r - in r W W O y J Z U V O W V >, W V • W V O W U C C ++ O C C Z -o C) 3 0 c C 3 c O N u O r0 L •O O v in C L Q) O I.- 3 N. rJ L r0 -C N p C p 0 - J L N O -D Z Q — C Z Q Z p p 0 C L Z J Q DC Q -' Q 0 C O N N U M U O v ro v L C N CI u > L N N -C N O N Q Q L C @1 C Q '' Q cc s J L J N J J T ¢ t ¢ J L F-0 J > J W J• " J J o X o o Q N o C o O O W ] N 0 O 0 U C - I - 'D 00 C v •- > > L 10 • z v N L C W F- CL) CDt W L Z W W F- W 3 v c — Oc w •- 3 3 u s 3 y u 3 0.'1 •' N W U W U co _U — L a V d o E E C C p d 0 - 0 d' d 0 c E d z ec E C °-c cc 00 O O 00 O 00 ' U L 03 3 a: u 03 3 Z ` 0 m a+ 0 m 0 C > m z Z 0) 0) 0) m Z z J O4 y -JO O J c a u F- Q OO. H _ O u v w Z O 00 Z 0 F- 1- CU I— N. '0 N •N CD -14-E . 1 coPvRiGNT Q. Tian CRAFTON4 j11LL A ASSOCMTE3} m0 i• W 0. a 0 m J d Q N. M O F- N W u in C o a 0 0 •s O Q - tf. o m W o - - F l a N T L Y F- a Vf , Q W a L F. 2 W U(3 N 2 C) 03 m -p W _ m J Z W J O L&. >. W 2 .+ .- u J U u K - O O Li. W r ✓ - Y Q u U N C 2 rJ 0 L -N 3 m at p C W -1 Z 0 C 2 = p r0 F Q — F r u U C G W U 0.. _ C V G W 0- J 0 u O N E O• _ = W 0) 0 O 0 LI •U J w N a J OO u - - N _ J - U a v m w - o W W N r C- 0 W _ M — Li6- C9 Q ? U o H N N N N N N a rLL) F- I- F- F Z 2 Z 2 2 u W W W W W C U U U • U U U V 0 C 'o CO C > (0 >- 4-i N T 0 C 0 If - 2 0 0 0 0 Q „ a 2 z 2 2 N Q Q Q Q CO L v w O) L t V c C L L N N N N C J L J J _ a-' L J J J J 0 0 0 J J c 0 O O O 0 z a W W H m 3 W U K O d 0 a oc 0 0 0 3 3 m m 2 Z F Z O 2 2 W a W W F- W F.. F' F- 1- F- — F- — 3 3 3 W W W U W U U - U - - N N -01 CC C CL O• 0 CL 0 ao a oc a K w o•' 00 O 00 0:3 -:3 03 3 3 m _ m 02 Z m 2 2 J F- Q F- _ _ 2 O 2 O CD - 14-F • 1 COPYRIGHT } as CRAFTONp NLL I ASSOCIATES IMP I0 w V C CL O C L1 m J Q n C' LO 0 N W c C U_ a '' O - O U m 01 0 O N - d' Z = H T >• z N Q d M -. a LULL N W VfZ CJ c3 > I- - O - 0_i LL z a O ta T L V - w a •- _ U F U r C) - 3 a - CC (p • - O Is. W ) Y G ut U N C z N C L 3 m W O u y _ o a i x Li (L a E - O N Li C ^ LO a U z W u c o O -w V - p J N N - U C a 3 o J •- c CO a 4) •- -Din v+ C c0 _ a - W - 7 W 4 I- • H - M a u T U C z UI U T u 4- 4-. a C CD V L N a In I- 2 z Lit W V y U L a J C U C) N 00 O Z C 2 Q N Q O L C) C N C J J J O O O O • l� O CO s N C! C C) O + a L C3 U 1— (N :f •- C Co U u UU u a u - ' N N « - a C - U+ E — N ✓ ry U v+ 3 O U U ? _ -'(N (C >. .__1_a 30 L 4-C C L,O•- a C a).-- C) L N cn a m U N O, N M J. « C C) U >- 4-) -c A. a C r N O a C) C O C U U T a C r C C) > C v' O In p. - en O rl N N LLi') 2 W I-) C O It' N N c a Q U,' 0i M N a W W I- I- I.- I- - m 3 3 W W V U - - N C N 00 a. a ac o O 03 -3 m 02 F- Q 1- Z O I - O a a U L a C J L C) C O W C W O J L C (S C C) U U INS- X • - L - L U U J C a U C W c I- 3 I- - — v r C 07 C E E ON— O L • U U W u o u T GlN - N 3 C--,- CD - IF, (F ♦-). Q u ( O c U C _ 02 U• - - L' C Cl 'Cia i•- C) C) O C. Z a.- M •- O VI (N C. ay C > Lfl Ci C N Q > J o O N Z W I- I - Li O a Q U) C J J O O CD - 14-G .1 COPYRIGHT 0. in CRAFrO14 LL A ASSOCIATE31 RIG' li W a a 0_ L'1 m N J Q jo 0 F- - in W — C GC O d O - O U m L1 O r M V M = N > u > _ r r �• u z N = QLfl W M O • N L r W LL N W 0 U V N Z In - Q 0 LL z 4- 0 C) T a . W r aw� cr L V W O V_ W 3 C Q z N W o o Ln • _ o O n W 7 z P C> O I- Q U I-. r U - X W U C U w I-. — C s+ W K 0 U r J U '--U d z w Et' O D 0 U .O4.J J 4_+ • J U CT 0 6) ( C V) 3 o y o 0 K aD - N W N C w u U r W - CI- I— — 2 U T u L t I r z W I- F- - cc W 0 —U) CC O a z 0 03 oz r z 01 Y C U U U w T aJ U C N N F- C z Z U z W U W U U C C > U N L L C C O L O Z z Q Q c In J In cc O I. u Q J J X J O 0 O 0 z W I.- I - :3 W C) K N a 0 s 00 0 3 z -4— C r Il O 00 M Pi] O O N Piz O M U- -J rJ L N I — a) Itv a m w L Q) In J u O0k' Y - w E L U u) U. rn w c C •- C Y •- 0100. '(0-C W )n p C C in U C a C p — U C N U ).f. C N t C O C in U C) C N N N in U F- 0 0 z T z C z O C W •- W W C W U S U U CP C m In • C L C W C ID T O T p L ._ w X J t ; L. UI L C in -aL L O > O p D O C Z C L U Q V Q Q CC C a C -D co 0 it t L J •- C a p 'C C C .C U !C J N N J in L K K Q C Q C 0 oC G) J Q; J .+ Q r Q C J L J J u 00 x 0 @; J 0 r O C >0 w 0 W O > 0 L_ L_ CU >C CC) Q. u Z - a z z W U W F- W I- .E r F F -C - 3 3 2 3 i 3 W Cn — m L a L u u — —N CN a0Y —U) oCN s c 3_c a u u c a CL c a cc s n 0 CL oc cc 03 —3 4).C 03 —3 m C I — m OD Z z N— u m z z I- Q X i J r Z O J Cr 2 O M CD - 14-H COPTIUCHT c©. J911 CRAF70N .UUL i ASSOCu7E3f INN' 1• 9 C- a O O O m JC LA F W U C o a O O p QD O U m Ul CLA F z O u! I- F i� V Vf Q G' W LL > V1 S � W tJz Vf Z u N ham•- - LL m J z w J � 7 O O T W = N W ~ U > u C C > LL W Y Q N cc z fo u O U N 3 m w a F Q F u C)-) F - W N Dl Q a. L> U _ 2w c E �e O p a O V u O u a _ J J OO V T N N 3 O co OD X N L w 0o Cr W N Q I- • F - M - u V C U U O C -1; m L Z C -c N U V O N F 2 W C U w N F a W u o y N C VT O a Q C M z W F F w u OO O O cc OO m 3 z J I- 0 cc C J J O O to m m J •- C -to 4 O V C 4- -- m O L N U u c N C U ID w O r — U u U O u D a N C O C L L V 0) u• m u .� C ao U O U O u W OO N V C U U O O O • C O C J N X C ++ W C N U N V) 4-)N U F J V w W W O W U V U •-o U C U T > c N (D C L in C rj O O >- t • 4- >- 0) O X 4-+ L o x .p N •- C c N r T C r a v Vf L N O O C C O L c z Q Q C< D Q -c X C - x CD — J N O -c t0 V) J.+ VI N 1D N w cr J V1 (n C < C Q O W J CC O J 4) J J > J • J r J i J O N Q Q w c O O C O D! O D C a ) u U > > Y C-- C .r > z C z W a W T U ] L H F F c r I- I- — F — E cc 3 a w 3 U 3 W w U ✓ ti rJ - N W U l.fl to 2' O C O CC.- cc o d o OL cc C C-- V) R cc C 3 - 0 0 p 0 p t W L p 3 — m — °D mz z r e c mz z J - - 'm - J - F Ca O F F z o - o a z O F LL U L F cl CD - 14-1 •'1 COPYRIGHT ©' In CRAFTON4 LL i ASSOCIATES!NI' I• w C. C. o m O J u1 Q F o ' W U — C Oc o a V CJ O O m O O — F- u\ n = a+ •_ F I.- - Z N Q dtn c.7 Z � � >� N F O ra } J Z U J O O ta. �•' w F N u � re n O N Q K Z N O u 3 m •�n O '— O H H w d F — w cc u J u c d N _ i W O Q • U > J N X C) N 3 o n Y w u O O O W F - S � M U C C v u C v c > > In V Z C) C] C C J L Q Z O C) > C u+ a a C C Q> N > J C) C)-1 C O T C O O C C u\ M N N N N F Z F F F W 2 W2 w O Z U L) .^. CI U W U 2 O U C C O O O O O C) O • > U)- N w N Q T Z O O O u O Q y Q Q >< L N Q N o - L C) C) C N O N C to w Q Q c Q 41) L J X J J a.+ Q O) Q _ O U y U J O F Q O• 3 O COC J N F O F O c N UI O> L )p V O X .4 -Jo C) C) C 4 L O m •� z - v Z 2 W Z W E W L U+ I-- F O I- 00 f- - u F F w a - y F - 3 3 3 - -o W - W -- W U W U U - N U Q u O 6' m O_C ≤ C O d O O •≤ d w C 1 ec GC O O O OO 3 L w- O3 -3 a O3 m 3 f° y.� mZ mz m2 z - J - - o caw I - C7 O E O F•' O F - N M M CD _14-j , connRlcNr cQ. TA CRAFTON4 iyu I nsocurest me' i• W U a- a c 0 m o J 0 Q o0 F- 0 — F- N W u N C K O O d 0 0 O m — O U 0 W O z >- I- -' z Q w d r N W u U VF Z z U 03 > La I —O N m J W Z I.- J T W _ U C Cc O Ls W Q " v Z 3 �� 0 0 p . w n Z OW' F O W Q- F F- C L W U 1 F W C L J U 7 0_ N L S W C7 o c 4 N u w O - m J 0 J 00 C m o c W 3 0 0 -0 m a•- 00 W U W Lu _ .— C = • M F— ? U Z z Z z W W U U Ol N L L C C 7 L L O O r Z } Q a w v C C m m J U1 7 O N O C J C 00 00 W W I- I- F- t- - � 3 w w u — N 1 N sc ac O K c c 3 3 m m z Z — J — F Q _ z p m F 0 0 0 • O O O O '0 0 -cc I N F- N F Z Z W W O U C u 2 Cl O o • O O .'7 O U O L O N - C 7 N O L O a v op - C It N L V Uf N L G N C 3 J C Q F- 00 O w 0 O 4 Q) N II) C- E U L m a d L C m a+ 7 U a) U C Q Li - CD - 14-K T IO a N F - Z W U 0 Z 0 z Q v v d) L L 0 C C 7 L OC Lr L Q L Q 7 J J J •- IUi O W O L O N 3 y N - L z L 2 W •p+ z W w F- C W I— F- F- m w F F 7 d eC 3 00 w 3 3 a 3 w U, w W U C W U N Ix c a c v 0 C O d p al aC K - C 0_ W ac Co -3 O3 U O c3 m _ m aD2 2 O O.C m z z F- J- Q _ F - Q __ C a EO U O z O F- Q u .n : F U' M COtTRIGHT Q )gp CRAFTOIIIjV 4 ASSOCIATE3f S 0 co z M 0 w 0 w w U U 0 CD - 14-KK COPYRIGHT © �qgg CRAFlO� Tull-i ASSOCIATES IRO li W d o m c J 00 r � O u (a 'Si V) — C a o a- 0 0 O U m N- O m r 01 K z O H T >. r z z N _ , w d cc � G > W LL 0 N 2 w (n z y O m J LL Z J O o LL >• W u r u v w O v7 c LL W > u U Y Q L u U X c z u u y o 3 m - O W z0 a. Z C _ r v u, C - w U N L'� 0: L! - a N L w CI L CI 00-4) O- N CL L O 0 3 c 0 r u L •- u 3 In a+ J 7 U U - - Ol U •- 3 0 uy C 0) w CO 01 O) u' u w it O 0i• -_a m • O = W — C I- -t u in C u U C C O_ U o T 7 N .- C C• C C .o .0 3 O X - .J O - h s o C c T N It I-. L I-. I- X Ill,N F H z c 2 O W - W W V W W w u a u >• u u • u u T a +' 0 C a C x z z O • Z ✓ C C N O L N O I- I- t 0 0 o N J 0 L 0 L _ C c z C z 0 0 -C Q N C O 0 c 3 > > L ^ N 0) 1 'n O N G 0 C T O 0) L N 4-J 0) N > N a+ N N W K a+ Q w Q 0)C X Q 0 w •- J - J 3-_i •- J X Q L Q N O 0 • 0 0 LL p 0) o J c O z z W W I- I- r r - s 3 w u CLc ac as z 0 00 m m Z z J H D L u\ N U 0) v.) (3 11) O 0) u a - O) a -c, ci (p C C L •- o cin L (o - o u 4) p) u (o v J L C O DO N u C Ln ._ V 0) L in v u v 0 O) C q z U a LU u a u z w wz q n - 0w- H - - - z 3 v C w 7 W C (3.-S W W u O L a O W u u L O _ - K - a J] cc 0 tn occ C3 a0c a ofl CLc a a_0 d oc D. o C 0 a 3 3 — U ( 0 3 . 3 m z z w •> m Z z J N J I- Q 0 O 1'J f Q 0) u z z O J r co •- 0 G) = r M CD - 14-L COFraIGNT ©• 1411 CRAFTON AL► A ASSOCIATE31 mo' i• W u a O 0 0 m r J Q w F- O — r N W L) C C Oc Y • d 0 0 - o U 0 F- N. U z U> T I- L N Q W d N N C. > F• LL y N W - - N 0 - > - J w z J N- L O T W S o O u U. W Y Q w z w o O m O W z - = O U F- Q — C F- -G) w u CL C. V- - C CC) G) w O - J U u -a O_ N u E L W O O 0 >U U 0 Uu — X ro Ol a 30 Y U0 L 0 -- w 0 C� s cC I- - u C C C ZJ C Vt > > •- I- z > W - O 0 C z G) > a) y C C L 0 z Q v > T 7 N C d. > N J N J o 0 z W F F- m w 0 - N OC O 0 O 03 m z F z 0 o O • O O O N. O M N N N N N N F 1- F - z z r z U.' 0 W O W w 0 Z O Z 0 • 0 0 0 0 Z o z O 0 - C O N 0 z Q N y J C -� O O 0 W C I O U 1- c z v y w C ; F- -T lG � - - u+ a U V c .c Q) .- W O Gi = - L D N C 1) Q) \ CL o 3 cr ED - 00 E L- 3 i u > z v -4- L U Q C CD O o 0 a c u v a e c Q Q y a) L •D C C LC C N C N > Q > Q ai X U) J N -4 o 0 N 0 a O z Q y C C L G) Q V L J L O F- 0 0 Q N C Q J J O 0 '0 - > 3 0 2 t;'0 z Z W z w W F- L L )y I- I- L L F- I- F- V F- - 3 3 3 -D 3 3 y 3 w Vu W W U -to w u 0 - L7 - — L G C Vi cc 0 O_ 0 C o O_ 0 E O_ m o D0 O 03 — 3 C)0) D 3 m z m z m z z F- J Q L - U a ~ - -4- FQ- z O 08 Z 0 F u u F CD - 14-M cOFTRIGUI . �q CRAFTOns TOLL i ASSOCUTESI 6 i• W U a O m O J C cC I-- O o N F N W U U, C o a c 0 N m C O N F 00 2 A >- >- - — -, z /n ¢ LLJ y a L = y W U y Z N Z U 3 > FN- - -O co J Z w O T W = Y C . O W w o u ut C Q 0.- Z L r: o 3 3 m N O c C U Y W z o ti u = O '' - L F ¢ - U, G u W U d N C= W - J u O N L -c u = W O u E C E L J 6)0W j J OD Q C 3 o L a0 U W m c at W QOC a u v m t s F - u O O 0 • O O • u N C N Li In CM V.. In Z N N F F F F Z z z a a W W W c W W U Z U U U a U c U Z O T Z a - O X 0 O •- 0 • s O O N- 77 C .- L T T L C O L G O - j in y Z N L O 3< 3 ¢ z z z Z a, u ¢ 3 ¢ ¢ ¢ a+ V C C V W L L CO V V — C .J C C C V 7 O T ^7 L L u N L C' er[ V u x U C C L ¢ L ¢ >4 u J O JCl J U J J L ¢¢ W - u J iy N J C) c O O O O C O O O G J J > O a W oc O 90 u U 0•- 0)- a >ry ^ 0 3 u u d U N - _ _ _CO 2 Ira. a z is' a c a w F- U, CC H F Cu.- F F- O.- ft F I- I- - v F - F- - K _ N G _ 2 3 3 u O. 3 u u 3 3 O c O G G W W u U L G W u L E W u - V1 - K N C u —U, K N -g-- u — d' O d0 (5 E C .- 1'O co Q a' O d C1 1 c' aC S w K .p a eC GC �3 0 0 00•, m� D3 u y D3 -3 ,. G 3 3 - 00 Z m Z y L y o Z m Z j._ J fp v- — m Z GO Z F < C- O - C- c E F- on Op C- •_- - F I- �` CO s CD - 14-N .„1 COPYRIGHT ca 1� CRAFTON/1YU A ASSOCIATES$ INS' it W Li a- a- 0 C o p J C Q a I- 0 N W I.-, — C cc 0 d p 0 0 ti o m 0 O 0 N 0 oc z T N u TT -- ZD z Q ` W N CY J L _ W .- > (A 2 i U u N z Z N 03 I- -0— l — Q 0_i Z W J k O W W T S F C o a: W W E w d Z 0 E O O 3 0 u W - Z L = O Q — F- I- a W (_) d y F- — W J 0 d N C Z W O 0 u D J U J 00 U a 3 o u m C oc oo u W LL HiO• -t C C O h s N F- F - Z Z w w u u O a 0 0 (N 0 0 a 4) L v a 0 C C N J J 2 V1 aC K H F J -j O 0 LL 0 0 J v 0- 4- - 4-. ,` n US PJ oc J a a V N (C W Z W V - y) F U • F- F•C > _ a V °C 3 -x 3 a W C W r W 0 0-u 0 - LOC o ac - E a) c o L d y � L 1. c 0 3 3 -•- m u — OZ Z U— C — J— J (D•- N F - Q O V N I- N -o (D Z O W •C . V lJY N o O C U O V (N 0 • C N C C F Z Z Z c a; Z W w w c w u u • u —0 O a O C Z a Z y o 0 o I- C 0 T U, O C 0 0 0 Z a 3< C c Q m in U O L It r C C C L O N c r w (A °Lfl D _j3 Q Q J LL J U. > J u J 0 0 J 00 30 F- w in N L N N N '050) C.- Lu V D d Nu u - r a vE V a• -U - C Z W N O U• Vu Z W W F in w F - F- F - - �a C F- F - F _ _ F z in� uv — 3 NO 3 3 ,�-,— O 3 W L . u C W W 0 000 • W 0 J N u - - N cc CO >- 0)'O O) C - N ce o C.0 C CLCO 0• K s .r• - - V i cc ccc 0 co N a N (D CO03 —3 m J U C) m cu Z Z U 0 7 OZ Z J— —- — J — c y- a F- F U or- — F - Z 0 a'-'- — 2 O F•- O v M (n N In CD - 14-0 , 0OPCR1GHT ©• 1911 CRAFTON-ULS i ASSOcu7Es1tnt I• W u a C o o O J Q I- 0 F- N W U N- C CL O d O a (0 - U 0 O F - w z N T w i F z U, Q d W... N S W u C7 y ,nz y c3 F O 0_i — Z U J I. O W >` S ._ K a) O LL W - E N Y Q I aC 2 '4- o C 3 0 O W -, Z S O ~ u F- F- C L) d - a) w _ m u U, - a Z W O O N O >u J N J CO U _ X m 3 O ° 0 UD u 4 w co u N Wa W M s u C C F- Z UI F - Z U, W W u O O z z O O I - K C Z Q C) N T K u C) > o O N oIZ U C U L 4 -alp O) I- a I- an w E W F- O - F- I.- F- N Ct. N 3 CL w w u -D - - K N L N s o a c C d K L_ N O OO "' o - to C 3 — 3 m C m C OZ Z — Q— LO r� G •- z 0 - C ua•- ul 14-P CD - N N F - Z z W W O L7 O u a 2 O O Q Q N to O O O O O O O O O O N r C C C) F In U U I- Z u o u a c o o o a U o w m L a a a N C J J L N L L C L O L a M Z Q Q Q O '� a C C ,p N - N O O O L N O N C J •O > J > J C J 0 30 J 3 m L U E E -c- - C L L w Z W N c 2 2 W •W - W F- W F- 4 L 3 3 3 3 3 w a y 3 U O O W W WLi u _ N ,_ L C! - - Ln 1' N E u' C d O 00 .,. O K o d C S CC K L U- u d aC o co Oa C3 O3 -3 ++ O3 - 0 u 0 Z ..J- O L - J F- N C 2 O CCO 2 O f- - C u J CRAP OI jLL i ASSOc1ATEA and 4. TOTAL CONTRACT PRICE Three hundred fifty four thousand three hundred ninety five dollars & forty five certs (Use Words) $39i,395.45 (Use Figures) (1) Bidder shall list Subcontractors in a sealed envelope submitted with this bid. 5. BIDDER agrees that the Work will be substantially completed within 94 calendar days after the date when the Contract Time commence=- to run, as provided in paragraph 2.3 of the General Conditions, and completed and ready for final payment within 9U_calendar days after the date Contract lime commences to run. BIDDER acre-ptc the prov3sionc of the Anrcement a=_ to liquidated damages in the event of failure to complete the Work on time. 6. The following documents are attached to and make a condition of this Bid: (a) Required Bid Security in the form of: 57 Bid Bond, 5% Cashier's Check. (b) A Tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. (c) Required Bidder Qualification Statement with supporting data. 7. Communications concerning this Bid shall be addressed to: Dor Mitchell, Inc. AR. Lic.# 89-3655 BIDDER'S NAME 883 White OaK Drive, Rogers, AR. 72756 BIDDER'S ADDRESS (5C1) 925-2665 BIDDER'S PHONE NUMBER 8. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. SUBMITTED ON March 20 19__90 CD -15 n AN INDIVIDUAL (Individual's Signature) N� doing business as business address: Phone No.: s by (Individual's Nam& typed) A PARTNERSHIP (Firm Name) (General Partner's Signature) (General Partner's Name Typed) business address: Phone No.: 11 (Sea)) (Seal) GOYr? - 1?97 CD -16 CRAFTON, TOLL 8 AS&CiC ATES. II`r. 0 By I* Don Mitchell, Inc. (Corporation Name) Arkansas (Staty of Incorporation) By /fl.J jj;: (Signature of Person Authorized to Sign) Don Mitchell (Typed Name of Person Authorized to Sign) President (Title) (Corporate Seal) Atte z en Mitchell /L•; } ILt.e (Secretary) Business address: 1415 Sc. 12tH, Rogers, AR. 72756 Phone No.: ( 501) 631-1880 By A JOINT VENTURE (Signature) (Typed Name) (Address) (Signature) (Typed Name) (Address) CD -17 COPYRIGHT © R rPAF70N. TALL 8 ASSOCN^t3. INC • n KNOW ALL !Er( BY THESE PRESENTS, that we, the undersigned, Principal, and as Surety, are hereby held and firmly bound unto City of Fayetteville as Owner in the penal sum of the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our successors and assigns. Signed this day of ,19___ The Condition of the above obligation is such that whereas the Principal has submitted to a certain BID, attached hereto and hereby made a part hereof to enter into a contract in writing, for the Uti!ity Relocations at Relocated U.S. Hay. 71, Fayetteville, AR. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bid for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; COPYRIGHT © m CD -18 CRAFTON, TULI. R ASSOCIATES. INC, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. (L.S. Principal Surety By: IMPORTANT - Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. S COPYRIGHT © Tbl CRAFTON, EULL I ASSOGATEL Dit CD -19 AGREEMENT This AGREEMENT is dated as of the ,3c day of �____ in the year 19 9' by and between ity of Fayetteville (hereinafter called OWNER) and Dor Mitchell, Irc. (hereinafter called CONTRACTOR). OWtER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Utility Relocations at Relocated U.S. Hay 71 • Fayetteville, AR. The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Ltility Relocations at Relocated U.S. Hwy 71 ARTICLE 2. ENGINEER The Project has been designed by Crafton. Tull & Associates. Inc. P.O. Drawer 549 Rogers Arkansas 72757-0549 who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. CJ CD -20 oOPTRIGHT © IN CRAFTOH, NLL I Ilftocutu, mT. ARTICLE 3. CONTRACT TIME 3.1. The Work will be substantially completed within ar, days after the date when the Contract Time commences to run as provided in paragraph 2.3 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.13 of the General Conditions within SO days after the date when the Contract Time commences to run. 3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OW ER will suffer financial loss if the Work is not substantially complete within the time specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with • Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER Two Hundred dollars (S 200.00 ) for each day that expires after the time specified in paragraph 3.1 for substantial completion until the Work is substantially complete. CD -21 COPYRIGHT © Cal CRAFTON, NLL i ASSOCIATE; OIL ARTICLE 4. CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for performance of the work in accordance with Contract Documents in current funds as follows: According to Bid Schedule pages CD`1L-4 to 'y -P ,_inclusive. ARTICLE 5. PAYMENT PROCEDURES Contractor shall submit Applications for Payment in accor- dance with Article 14 of the General Conditions and Division I of the Technical Specifications. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1 Progress Payments OWNER 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 10th day of each month during construction as provided below. All progress payments will be on the basis of the Work measured by the schedule of values established in paragraph 2.9 of the General Conditions. 5.1.1 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 OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions - 90% of Work Completed. ED CD -22 'COPTBIGBT © mE CAAITOM, Mt A ASSOCIATES, INC. If Work has been 507.. completed as determined by ENGINEER, • and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER and ENGINEER may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no addition- al retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. One hundred percent of materials and equipment not incorp- orated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions.) 5.1.2 Upon Substantial Completion, progress payments will be made • in an amount sufficient to increase total payments to CON- TRACTOR to 457. of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold, in accord- ance with paragraph 14.7 of the General Conditions. 5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 7. CONTRACTOR'S REPRESENTATIONS In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: • CD -23 COPYRIGHT © Hu ORA(10N, TUU & OAOGATEL Oti 7.1 CONTRACTOR has familiarized himself with the nature and • extent of the Contract Documents, work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 7.2 CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions conditions which are identified in ions and accepts any determination Supplementary Conditions, of the e data contained in such reports and CONTRACTOR is entitled to reply. and drawings of physical the Supplementary Condit - set forth in the Ktent of the technical drawings upon which 7.3 CONTRACTOR has obtained and carefully studied (or assumes • responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in paragraph 7.2 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Docu- ments, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examina- tions, investigations, explorations, tests, reports, studies CD -24 COPYRIGHT © IN CRAFTOH, NLL A ASSOCIATES, INC. or similar informatior or data are or will be required by 0 CONTRACTOR for such purpose. 7.4 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by the CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including • specifically the provisions of paragraph 4.3 of the General Conditions. 7.5 CONTRACTOR has correlated the results of all such observa- tions, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 7.6 CONTRACTOR has given ENGINEER written notice of all con- flicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. CD -25 COPYRIGHT © 1e! CRATTON, LULL S IS$OCUTE; Bit 0 I 0 The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consists of the following: 8.1 This Agreement (pages CD 20 to CD 29, inclusive). B.2 Exhibits to this Agreement (pages N/A to N/A, inclusive.) 6.3 Payment and Performance Bonds, (pages CD 30 to CD 36, inclusive). 8.4 Notice of Award. 8.5 General Conditions (pages 3 to 33, inclusive.) B.6 Supplementary Conditions (pages 1 to _Z1_, inclusive). 8.7 Specifications bearing the title Utility Relocations at Relocated U.S. Hwy 71, Fayetteville, AR. and consisting of 4 divisions and 66 pages, as listed in table of contents thereof. 8.8 Drawings, consisting of a cover sheet and sheets numbered I through 4 inclusive with each sheet bearing the following general title: Utility Relocations at Relocated U S Hwy 71, Fayetteville, AR. 8.9 Addenda numbers_ to _, inclusive. 8.10 CONTRACTOR'S Bid (pages CD_ to CD _ inclusive). 8.11 Documentation submitted by CONTRACTOR prior to Notice of Award (pages _ to _, inclusive). 8.12 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, CD -26 COPYRIGHT © 11$ CRAFTOR, 1181 & A:SOCUTU, IRC. modifying, or supplementing the Contract Documents pursuant 0 to paragraphs 3.4 and 3.5 of the General Conditions. 8.13 The documents listed in paragraphs 8.2 et. seq. above are attached to this Agreement (except as expressly noted otherwise above.) There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.4 and 3.5 of the General Conditions. ARTICLE 9. MISCELLANEOUS 9.1 Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. • 9.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law) and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. CD -27 cotmcxr © nil cum nu & AS$OWns, ac. 9.3 OWNER and CONTRACTOR each binds itself, its partners, . successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. C I CD -28 COPYRIGHT © lit CWTOH. T1RL i ASSOCUTM lit. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this 40 Agreement in triplicate. One counterpart each has been delivered to OWIER, CONTRACTOR, and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on 19 fl. . OWNER: (SEAL) ATTEST: Name �, 0/rout `sIL, 1 e3a t leaa�se T e) • Title LA -?Ai (SEAL) ATTEST: Name (Please Type) Titl k CD -29 Cit of F etteville By ,, Name (Please Type) Title CONTRACTOR: Don Mitchell, Inc. By . (�?_%f' /7s 2 Name fl�p Mitchell (Please Type) Address 883 White Oak Drive Rogers, AR. 72756 COPYRIGHT © IN CRAtTON, TOLL I AuoCIATE& OK. PAYMENT BOND BOND NTMBER S122887 Don Mitchell, Ir.c. (Name of Contractor) 883 White Oak Drive, Rogers, AR. 72756 (Address of Contractor) a Corporation hereinafter called (Corporation), (Partnership), or (Individual), Principal, and EMPLOYERS MUTUAL CASUALIY COMYA.NY (Name of Surety) P.O. BOX 712 DES MOINES, IOWA 50303 (Address of Surety) hereinafter called Surety, are held and firmly bound unto City of Fayetteville (Name of Owner) 113 W. Mountain, Fayetteville, Arkansas (Address of Owner) hereinafter called OWNER, in the penal sum of Three hundred fifty `our thousand three hundred ninety five dollars and fo�ty five cents Dollars, (f 354,395.45 ) in lawful money of the United States, for payment of which sum well and truly to be made, we bind ourselves, and successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain Contract with the Owner, dated the 3" day of a Pr , 19?:_, a copy of which is hereto attached and made a part hereof for the construction of: T1TTT.TTY R1.'.('.ATT(ThS AT PF.T.(T ;B TY.'1 Ti_S. TTC,1V 7 FAYETT11V1 T.1.E, AR. CD -30 COammel" ca:rtox Tutt a assocuTtz we. NOW, T EFtEFORE, if the Principal shall promptly make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such Contract, and any authorized extension of modificaion thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums an said work, and for all labor, performed in such work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTlERR, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time alteration or addition to the terms of the contractor to the work or to the specifications. PROVIDED, FU2TI- R, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may bP unsatisfied. IN WITNESS WHEREOF, this instrument is executed in 6 counterparts, each one of which shall be deemed an original, thisi_day off • , ,14 1' . CD -31 WPMONT © nl tur=n. TOLL I anOCIAun Mc. 0 0 ATTEST: DON MITCHELL INC. (Princi a1) BY (Principal Secretary) (SEAL) (Witness as to Principal) (Address) ATTEST: (Surety) Secretary (SEAL) LJ it c Witness as to Suret ELLIE PERCEFULL PC. BOX 4009 (Address) NORTH LITTLE ROCK AR 72116 DON MITCHELL, PRESIDENT 883 WHITE OAK DRIVE, ROGERS, AR. 72756 (Address) EMPT.OyERS MUTUAL CASUALTY CCMPANY Surety Attorney -in -Fact CHARLES M. ALLEN P.C.BOX 4009 (Address) NORTH LITTLE ROCK AR. 72116 CD -32 COPTMGMT © ter CRAT(OM. MLA ASSOCIATE; itt L. J NOTEi Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute bond. IPPORT/WT: Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. CD -33 COPMGHT © is CMFTON, TOLL A A$$OCIATEt St 9 PERFORMANCE BOND BOND NUMBER S122887 Do-i Mitchell, Irc. (Name of Contractor) 883 White Oak Drive, Rogers, AR. 72756 (Address of Contractor 0 0 a Corporation hereinafter (Corporation, Partnership, Individual), called Principal, and EMPLOYERS MUTUAL CASUALTY COMPANY (Name of Surety) hereinafter called Surety, are held and firmly bound unto City of Fayetteville (Name of Owner) 113 W. Mountain, Fayetteville, Arkansas (Address of Owner) hereinafter called Owner, in the penal sum of Three hundred fifty four three hundred ninety five dollars and forty five cents Dollars, (S351,395.45 ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLISATION is such that whereas, the Principal entered into a certain Contract with the Owner, dated the .S day of i-i f I-' . 14 5'0 , a copy of which is hereto attached and made a part hereof for the construction oft UTILITY RELOCATIONS AT RELOCATED U.S. EWY 71 FAYETTEVILLE, AR, CD -34 C0PYIGNT © INS CRAFT0N, Thu & AUS0CIATU, pc I • NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said Contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety and during the one year guarantee period, and if he shall satisfy all claims and demands incurred under such Contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER that said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to work to be performed thereunder of the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in 6 counterparts, each one of which shall be deemed an original, this the $ c day of i R ' I . 19'f& CD -35 COPYRIGHT © m CRAROH, TOLL A AttocwTT; OIL 0 ATTEST: (Principal) Secretary (SEAL) (Witness as to Principal) (Address) ATTEST: (Seal) Witness as to ure y ELLIE PERCEFUL P.O. BOX 4009 (Address) NORTH LITTLE ROCK AR 72116 DCN MITCHELL, INC. PR ANC I PA/L/ BY ,' i 172l/,r 11 /Iet, lcl / CS) DON MITCHELL, PRESIDENT 883 WHITE OAK DRIVE, ROGERS, AR. 72756 (Address) EMPLOYERS MUTUAL CASUALTY COMPANY Surety Attorney -in -Fact CHARLES M. ALLEN P.O. BOX 4009 (Address) NORTH LITTLE ROCK AR 72 16 NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute bond. IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. CD -36 COPYRIGHT © )la uurtoN. JUtl & u:Oculfi, ML Employers Mutual Companies ° 0 Box 712 Des Moines, Iowa 50303 •CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT Notice: Tire warning elsewhere in this Power of Attorney affects the validity thereof. Please review carefully KNOW ALL MEN BY THESE PRESENTS, that: .Employers Mutual Casualty Company, an Iowa Corporation Illinois Emcascc insurance Comparyr an II irons Corporation Emcasco Insurance Company, an Iowa Corporation Dakota Fire nsurance Compary, a North Dakota Corporatior Urion Mutual Insurance Company of Providence, American Liberty Insurance Company. an Alabama Corporation a Rlroce Islard Corporation "errs"af:H- relerr•d to seve-a ly as Ccntarv' and crl ec: v= v as Compan es ea.: i does by •hrae prese-ts n1akL cci St tut, 3"c dpp0 n1 CHAR ES M. A?.?.EN, C. ROPFRT SMITh, SHERRI MOSS, ISJTVTr?'.1LLY, ?:ClR'IH :a:TIL_ ROCK, ARKANSAS Is rue a '•I 3wlul aft:•re4-'" 'a0: wth •u I pcwe' ar.d ait-' r :4 ccn'erred :o ,igr sea 3"C "XLC..te n5 1awli Ie..r TV .Jr nertdk i19 and o:he :.e legato-) •--s:rjne'•ts of is n-1 ar ^at..re 3s 'aIlcws IN Al AM0;r5T `,0'I LYCEEr1V4 i'I�-: HPSJREr EI)I'SA5J D(:I:,ARS----------------($5`' OO(l,00) and to b rid LdLll Co'npa `y Ire• -try aF •a ly and Ic the sd lrt Jxtent .as f such I-SrL Wens w,qe Slg led by t"i• d..ly al.I itt red Pllh (•IS b' Ldc' su_ 1 (:nn•panl a"c a I of the act, cf said atto "e r1p^!soar' _1 q IneN l+ in,3 i;p lereCv gate 1 are hereby -at lie] arid CU"f 'IT e� 'ii, ajl'10' ty 'le-ODy gra nlLd 5113 I ex( Ire - Lin eSs S°D r(•r evn•etl AUTHORITY FOR POWER OF ATTORNEY ')r S Pcwei of Atto'^ev is mace and executed puns"an; to end 114 the ditnority cf the fol ow nq resoILlion or t"L Boards rf Durcto-s of each of :he Conoaries at n'LLtmgs.^.uly ea led and he'c on Mach 9 1983 RESOLVED: -Fe Cha rr'-an o' :he Boa -d of Dire t tors the Oresident, any Vice President the-reasurer and t"c Seae1 iy shal have power and nu:'lorry 10 1) I aopcln: at;oineys n 'act and a.,t^onze ;bell to execute on behalf ct t"e Ccncan4 and arach :he sea of l're Company Thereto bonds and a^cerlakmgs. reccgnlzan:es contracts o+ indemn ty and other writ nqs ob'gaio-v n :he nalure :nereof and 21 :o emovr a^y sic" attorney n'pct at ary dime and revoke ;he power and air"ori:v g ven to h'rr Attorneys -'n -tact sbLl -aye power and au:hctlly s..Cleci tore terms and I n'I:a;mrs of the Dower o• at:o--ev issued to toner' to execute and cel ve' on ne^al' o' :he Conlpa ly 3rr el:ac" the seal cf t"L Ccncan4 'hreto bonds and undertax ngs, -ecognlzances contracts oirdemnity and ot+er w• lings ob'gator-j r' IF a nature t"ereof did an s,.c'- nsiru'nent execLted Dy any sue" a::oney- n -tact s"al oe fu ly and in all respects binding upon re: ompany Cerli{icaticr 3s to the vahclt4 0' any power of attoney authcrized "ere! made by ar of Se• o' Eirpbye•s Mutua (.asud lv Company s-ial he lolly and n al res:;ec;s bind nq coo, :his •company T^p facsin le o- Mechanically ieFroduced signature of sic 1 o"ide• w"et^er mace here:o'ore or ne-ea'ter wherever aaae3'ing .rpr.n a ce-t bed copy of any prwe•-cf-attornn cf P -e Co -pa' -v stall he valic and bind)^g upon the Co'pd'ry with :he sane lorce and tfftet as Ihoig" rna"ually a'Irxed IN WITNESS WHEREOF. Tie Compan es ra1�' 4..sed these presery,s (. De ,igned for ear tv :heir Crarnar and Ass sta"t Secretary and ibe (:nrpo-ate seals :o be hereto atf xrc :h s -- day of r euruar • 9 9('' WARNING: This power invalid if red d agonal •mpront "Employers Mutual Co panres" is not present ir its entirety. and if the signatures of the officers and notary public do not appear in blue and if the "EMC" w rma does t appear in the top half center of the page Seas ./� .1 •u I 1 „r,llrrr,r ,,rr V •, r. rro ,q, r'II /J/ r ;'. .•:-':• LobbB Kel ev J:; -nM Vi- Sln.,n :• +- - - _ v ;;ha rvpn Abs 51n1 Serrelary = Y = SEAL -; 1883 _ = `= 1953 :6th February 4'0 F ';:•. = . Cn t• -Is day cf - AD 19 befo-e 'y o lilt •'. •••�-• ,d', '• '' nr. a Notary Pw ii,, Ir and 1Lr PMl (. ,Ln•y Icw('. D'a'5on3 lv appeared Robb B .p ''i.,1,.' ` ,.,'.nr'" ` • Ke ley and ..oln M Va SIO.,n WE]) be -g ro nil v sw.:rn din stY :hit: tLey , , .. `,d '• , are and d -e know' Ir. me Ic be nA' Cha TIT rn 3rr, Ass start Secretary respect veh. A each cf ' he Compact es dbo"-, t ai 'nQ Sell s all i'ee to I'Is ` . •c -T y j.. ' . '. l_ ',s. ur'enl 3'e 'he. seals of SL Id corpo'a'I r-5 1 -at si'd l^51 ^rent 'vi S big^c•d p - - - _ - _ - errd sealed rn behalf n1 eac•t o' T", :'ompsn FS h4 a.. stun lv rt Pie r -•'cpoetive : - - _ ', SEA 5 c = - 5tAL ' ' , SEAL - Boards ,f D rrcta•s acrd fiat the Fald Rcbb B Ke lev Lnd Jo lr M Var Slnan °y = ` - -,': irk^ow edge t -c execull.Y' o' sac nstrwrer• to be : u v.I lrlary art and deed r -'•� '•,, t' n1 each of Tone Corr-panle.5 ,•,!.nun,`, ,rrn u.+ rn n,+ My �%Ulr lrl551dl Fvpurs - edyyzkzt KRISTIE L TYLER *fls My C0MM1 1 EXPIRES rotary Pub Ir CERTIFICATE I Rv hard L f{usx ris :;f the F iip'C�rrs 6fl Jt bat e, 1., ltd D.:niafy co 'cr; by 'n It�th?l t"P.'nreg0 iiyG .nL.tion b' 1' Boards'of Dr€c;o'n b ra I}' _6, y each of T is r"dr es. a this wHr co'O' l:ol- ,ey'bsued e, rfpan: r[ 9c 0n eYlJ n"henall o• rtes �Y en, G. iobert smith, ��Terri L. Moss a-= Ir ue and co'-ect ar d 3'e std n ft I fo-co and ef'eel n •es:'ncrio lit [ L I -dv' Cl i,: " lied nl nail a 3'-: a'1 xed ye -acs rr l seal at each Ccn:,dry In's 20 .^.ay nl 9C Vice P-e5iden: C TABLE OF CONTENTS OF GENERAL CONDITIONS Article Number Title Page 1 DEFINITIONS ............................................. 8 2 PRELIMINARY MATTERS .................................. 9 3 CONTRACT DOCUMENTS: INTENT AND REUSE ....................................... 10 4 AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS ....................................... 10 5 BONDS AND INSURANCE................................... 11 6 CONTRACTOR'S RESPONSIBILITIES ......................... 12 7 WORK BY OTHERS ........................................ 16 8 OW'NER'S RESPONSIBILITIES ...............................I? 9 ENGINEER'S STATUS DURING CONSTRUCTION ............... 17 10 CHANGES IN THE WORK ................................... IS II CHANGE OF CONTRACT PRICE ............................. 18 12 CHANGE OF THE CONTRACT TIME ......................... 21 13 WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK ........................ 21 14 PAYMENTS TO CONTRACTOR AND COMPLETION........ _ ... 22 15 SUSPENSION OF WORK AND TERMINATION .................. 25 16 ARBITRATION.....................................26 17 MISCELLANEOUS ......................................... 27 3 INDEX TO GENERAL CONDITIONS Article or Paragraph . Number Acceptance of Insurance 5.13 Access to the Work 13.2 Addenda —definition of (see definition of Specifications) I Agreement —definition of I All Risk Insurance 5.6 Application for Payment —definition of Application for Payment, Final 14.12 Application for Progress Payment 14.2 Application for Progress Payment —review of 14.4 thru 14.7 Arbitration 16 Availability of Lands 4.1 Award —Notice of —defined I Before Starting Construction 2.5 thru 2.7 Bid —definition of I Bonds and Insurance —in general 5 Bonds —definition of I Bonds, Delivery of 2.1, 5.1 Bonds, Performance and Other 5.1, 5.2 Cash Allowances 11.10 Change Order—Definilion of I Changes in the Work 10 Claims, Waiver of —on Final Payment 14.16 Clarifications and Interpretations 9.3 • Cleaning 6.17 Completion 14 Completion, Substantial 14.8, 14.9 Conference —Pre -Construction 2.8 Construction Machinery, Equipment, etc. 64 Continuing Work 6 29 Contract Documents —definition of I Contract Documents —intent and reuse 3 Contract Documents —reuse of 3.5 Contract Price. Change of I I Contract Price —definition I Contract Time, Change of 12 Contract Time —Commencement of 2.3 Contract Time —definition of I Contractor —definition of I Contractor May Stop Work or Terminate 15 5 Contractor's Continuing Obligation 14.15 Contractor's Duty to Report Discrepancy in Documents 2.5, 3.2 Contractor's Fee —Costs Plus 11.6 Contractor's Liability Insurance 5.3 Contractor's Responsibilities —in general 6 Contractor's Warranty of] isle 14.3 Contractual Liability Insurance 5.4 Copies of Documents 2.2 Correction or Removal of Defective Work 13.11 Correction Period, One Year 13.12 Correction. Removal or Acceptance of Defective Work—in general • 13.11 thru 13.14 Cost of Work 11.4. 11.5 Costs, Supplemental 11.4.5 Day —definition of ' Defective Work, Acceptance of 13.13 • Defective Work, Correction or Removal of 13.11 Defective —definition of I Defective Work—in general 13 Defective Work, Rejecting 9.4 Definitions I Delivery of Bonds 2.1 Disagreements, Decisions by Engineer 9.9, 9.10 Documents, Copies of 2.2 Documents. Record 6.19 3.5 Documents, Reuse Drawings —definition of I Effective date of Agreement —definition of I Emergencies 6.22 Engineer—defrntion of I Engineer's —Notice Work is Acceptable 14.3 Engineer's Responsibilities. Limitations on 9.11 thru 9.14 Engineer's Status During Construction —in general 9 Engineer's —Recommendation of Payment 14.4, 14.13 Equipment, Labor, Materials and 6.3 thru 6.6 Equivalent Materials and Equipment 6.7 Fee, Contractor's —Costs Plus 11.6 Field Order -definition of I Field Order —issued by Engineer 10.2 • Final Application for Payment 14.12 Final Inspection 14.11 Final Payment, Recommendation of 14.13, 14.14 Final Payment and Acceptance _ 14.13 General Requirements —definition of I General Provisions 17.3' 17.4 Giving Notice 17.1 Guarantee of Work —by Contractor 13.1 Indemnification 6.30 thru 6.32 Inspection. Final 14.11 Inspection. Tests and 13.3 thru 13.7 insurance. Bonds and —in general 5 insurance —Certificates of 2.7 and S Insurance, Contractor's Liability 5.3 Insurance, Contractual Liability 5.4 Insurance. Owner's Liability 5.5 Insurance, Property 5.6 thru 5.12 Intent of Contract Documents 3.1 thru 3.4. 9.12 interpretations and Clarifications 9.3 Investigations of Physical Conditions 4.2 Labor, Materials and Equipment 6.3 thru 6.6 Laws and Regulations 6.14 Liability Insurance —Contractors 5.3 Liability insurance —Owners 5.5 Limitations on Engineer's Responsibilities 9.11 Materials and Equipment —furnished by Contractor 6.3 Materials or Equipment —Equivalent 6.7 Miscellaneous Provisions 17 Modification —definition of I Notice. Giving of 17.1 Notice of Award —definition of 1 Notice of Acceptability of Project 14.13 Notice to Proceed —definition of I Notice to Proceed —giving of 2.3 "Or -Equal" items 6.7 Other Contractors 7 Overtime Work —prohibition of 6 3 Owner —definition of I Owner May Correct Defective Work 13.14 Owner May Stop Work 13.10 Owner May Suspend Work, Terminate 15.1 thru 15.4 Owner's Duty to Execute Change Orders 11.8 Owner's Liability Insurance 5.5 Owner's Representative -Engineer to serve as 9.1 Owner's Responsibilities -in general 8 Owner's Separate Representative al Site 9.8 Partial Utilization 14.10 Partial Utilization -Property Insurance 5.14 Patent Fees and Royalties 6.12 Payments to Contractor -in general 14 Payments, Recommendation of 14.4 thru 14.7.5 Pre -construction Conference 2.8 Performance, and other Bonds 5.1 thru 5.2 Permits 6.13 Physical Conditions -Investigations and Reports 4.2 Physical Conditions, Unforeseen 4.3 Preconsiruclion Conference _ 2.8 Preliminary Matters 2 Premises, Use of 6.16, 6.17, 6.18 Price -Change of Contract II Price -Contract -definition of 1 Progress Payment, Applications for 14.2 Progress Schedule 2.6, 14.1 Project -definition of I Project Representative, Resident -definition of 1 Project Representation -Provision for 9.8 Project, Starting 2.4 Property Insurance 5.61hru 5.12 Property Insurance -Receipt and Application of Proceeds 5.11, 5.12 Property Insurance -Partial Utilization 5.14 Protection, Safety and 6.201 h ru 6.21 Recommendation of Payment 14.4, 14.13 Record Documents 6.19 Reference Points 4.4 Regulations. Laws and 6.14 Rejecting Defective Work 9.4 • Remedies Not Exclusive 17.5 Removal or Correction of Defective Work 13.11 Resident Project Representative -definition of I Resident Project Represenlalive-provision for 9.8 Responsibilities, Contractor's 6 Responsibilities, Owner's 8 Reuse of Documents 3.5 Royalties, Patent Fees and 6.13 Safety and Protection 6.20 thru 6.21 Samples 6.23 Schedule of Shop Drawing Submissions 2.6, 14.1 Schedule of Values 2.6, 14.1 Shop Drawings and Samples 6.23 thru 6.29 Shop Drawings —definition of I Silt, Visits to —by Engineer 9.2 Specifications —definition of 1 Starting Construction, Before 2.5 thru 2.9 Starting the Project 2.4 Stopping Work —by Contractor 15.5 Slopping Work —by Owner 13.10 Subconlraclor—definition of I Subcontractors —in general 6.8 thru 6.11 Substantial Completion —certification of 14.8 Substantial Completion —definition of 1 Subsurface Conditions 4.2, 4.3 Supplemental Costs 11.4.5 Surety —consent to payment 14.12, 14.14 Surely —notice of changes 10.5 Surety —qualification of S.I, 5.2 Suspending Work, by Owner 15.1 Suspension of Work and Termination —in general IS Superintendent —Contractor's 6.2 Supervision and Superintendence 6.1, 6.2 Taxes —Payment by Contractor 6.15 Termination —by Contractor 15.5 Termination —by Owner • 15.2 thru 15.4 Termination, Suspension of Work and —in general 15 Tests and Inspections 13.3 thru 13.7 Time, Change of Contras 12 Time, Computation of 17.2 Time, Contract —definition of 1 Uncovering Work 13.8, 13.9 Unit Prices 11.3.1 Unit Prices —Adjustment of 11.9 Use of Premises 6.16, 6.17. 6.18 Values, Schedule of 14.1 Visits to Site —by Engineer 9.2 Waiver of Claims —on Final Payment 14.16 Waiver of Rights by Insured Parties 5.10 Warranty and Guarantee —by Contractor 13.1 Warranty or Title. Contractor's 14.3 Work, Access to 13.2 Work by Others —in general 7 Work, Cost of 11.4, 11.5 Work Continuing During Disputes 6.29 Work—defintion of I Work. Neglected by Contractor 13.14 • Work, Stopping by Contractor 15.5 Work, Stopping by Owner 15.1 thru 15.4 EI 0 i• GENERAL CONDITIONS ARTICLE I —DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents, the following terms have the meanings indicated which are applicable to both the singular and plural thereof: Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the bidding documents or the Contract Documents. 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. Application for Payment —The form accepted by ENGINEER which is to be used by CONTRACTOR in re- questing progress or final payment and which is to include such supporting documentation as is required by the Contract Documents. Bid —The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. Bonds —Bid, performance and payment bonds and other in- struments of security. Change Order —A written order io CONTRACTOR signed by OWNER authorizing an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued after the effective date of the Agreement. Contract Documents —The Agreement, Addenda (which per- tain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post -Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement. the Bonds, these General Conditions, the Supplementary Condi- tions. the Specifications, the Drawings as the same are mote specifically identified in the Agreement, toge:her with ah Modifications issued after the execution of the Agreement. Contract Price —The moneys payable by OWNER to CON- TRACTOR under the Contract Documents as stated in the Agreement. Contract Time —The number of days (computed as provided in paragraph 17.2) or the date stated in the Agreement for the completion of the Work. CONTRACTOR —The person, firm or corporation with whom OWNER has entered into the Agreement. day —A calendar day of twenty-four hours measured from midnight to the next midnight. defective —An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or defi- cient, or does not conform to the Contract Documents or does not meet the requirements of any inspection, test or approval referred to in the Contract Documents, or has been damaged prior to ENGINEER's recommendation or final payment. Drawings —The drawings which show the character and scope of the Work to be performed and which have been prepared or approved by ENGINEER and are referred to in the Con- tract Documents. effective dote of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. ENGINEER —The person, firm or corporation named as such in the Agreement. Field Order —A written order issued by ENGINEER which orders minor changes in the Work in accordance with para- graph 10.2 but which does not involve a change in the Con- tract Price or the Contract Time. General Requirements —Sections of Division I of the Specifi- cations. Modification —(a) A written amendment of the Contract Documents signed by both parties, (b) a Change Order, or (c) a Field Order. A modification may only be issued after the effective date of the Agreement. Notice of Award —The written notice by OWNER to the ap- parent successful Bidder stating that upon compliance by the apparent successful Bidder with the conditions precedent enumerated therein, within the time specified. OWNER will sign and deliver the Agreement Notice to Proceed —A written notice given by OWNER to CONTRACTOR (with a copy to ENGINEER) fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to perform his obliga:ion under the Contract Documents. OWNER —The public body or authority, corporation, associ- ation, partnership, or individual with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be provided. Project —The total construction of which the Work to be pro- vided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. Resident Project Representative —The authorized representa- tive of ENGINEER who is assigned to the site or any part thereof. • • Shop Drawings —All drawings, diagrams, illustrations, sched- ules apd other data which are specifically prepared by CON- TRACTOR, a Subcontractor, manufacturer, fabricator, sup- plier or distributor to illustrate some portion of the Work and all illustrations, brochures, standard schedules, perform- ance charts, instructions, diagrams and other information prepared by a manufacturer, fabricator, supplier or distrib- utor and submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. Specifications —Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and work- manship as applied to the Work and certain administrative details applicable thereto. Subcontractor —An individual, firm or corporation having a direct contract with CONTRACTOR or with any other Sub- contractor for the performance of a part of the Work at the site. 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 Sub- stantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be utilized for the purposes for which it was in- tended; or if there be no such certificate issued, when final payment is due in accordance with paragraph 14.13. The terms "substantially complete" and "substantially com- pleted" as applied to any Work refer to Substantial Comple- tion thereof. Work —The entire completed construction or the various sep- arately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of per- forming services, furnishing labor and furnishing and incor- porating materials and equipment into the construction, all as required by the Contract Documents. ARTICLE 2 —PRELIMINARY MATTERS Delivery of Bonds: 2.1. When CONTRACTOR delivers the executed Agree- ments to OWNER. CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with paragraph 5.1. Copies of Documents: 2.2. OWNER shall furnish to CONTRACTOR up to ten copies (unless otherwise specified in the General Require- ments) of the Contract Documents as are reasonably neces- sary for the execution of the Work. Additional copies will be furnished, upon request, at the cost of reproduction. Commencement of Contract Time; Notice to Proceed: 2.3. The Contract Time will commence to run on the thirtieth day after the effective date of the Agreemenl, or, if ■ Notice to Proceed is given, on the day indicated in the Notice to Proceed; but in no event shall the Contract Time commence to run later than the ninetieth day after the day of Bid opening or the thirtieth day after the effective date of the Agreement. A Notice to Proceed may be given at any time within thirty days after the effective date of the Agreement. Starting the Project: 2.4. CONTRACTOR shall start to perform the Work on the date when the Contract Time commences to run, but no Work shall be done at the site prior to the date on which the Contract Time commences to run. Before Starting Construction: 2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Con- tract Documents and check and verify pertinent figures show n thereon and all applicable field measurements. CON- TRACTOR shall promptly report in writing to ENGINEER any conflict, error or discrepancy which CONTRACTOR may discover; however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any conflict, error or discrepancy in the Drawings or Specifications, unless CONTRACTOR had actual knowledge thereof or should rea- sonably have known thereof. 2.6. Within ten days after the effective date of the Agree- ment (unless otherwise specified in the General Require- ments). CONTRACTOR shall submit to ENGINEER for review and acceptance an estimated progress schedule in- dicating the starting and completion dates of the various stages of the Work, a preliminary schedule of Shop Drawing submissions, and a preliminary schedule of values of the Work. 2.7. Before any Work at the site is started. CONTRAC- TOR 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 paragraphs 5.3 and 5.4, and OWNER shall deliver to CONTRACTOR certificates (and other evidence of insurance requested by CONTRACTOR) which OWNER is required to purchase and maintain in ac- cordance with paragraphs 5.6 and 5.7. Preconstruction Conference: 2.8. Within twenty days after the effective date of the Agreement, but before CONTRACTOR starts the Work at the site, a conference will be held for review and acceptance of the schedules referred to in paragraph 2.6, to establish proce- dures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. S ARTICLE 3 —CONTRACT DOCUMENTS: INTENT ARTICLE 4 —AVAILABILITY OF LANDS; PHYSICAL AND REUSE CONDITIONS; REFERENCE POINTS Intent: 3.1. The Contract Documents comprise the entire Agree- ment between OWNER and CONTRACTOR concerning the Work. They may be altered only bya Modification. 3.2. The Contract Documents arc complementary; what is called for by one is as binding as if called for by all. If, during the performance of the Work, CONTRACTOR finds a con- flict, error or discrepancy in the Contract Documents, he shall report it to ENGINEER in writing at once and before pro- ceeding with the Work affected thereby; however, CON- TRACTOR shall not be liable to OWNER or ENGINEER for failure to report any conflict, error or discrepancy in the Specifications or Drawings unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof. 3.3. It is the intent of the Specifications and Drawings to describe a complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work that may reasonably be inferred from the Specifications or Draw - as being required to produce the intended result shall be supplied whether or not it is specifically called for. 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 such meaning. Refer- ence to standard specifications, manuals or codes of any technical society, organization or association, or to the code of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard spec- ification, manual or code in effect at the time of opening of Bids (or, on the effective date of the Agreement if there were no Bids), except as may be otherwise specifically stated. However, no provision of any referenced standard specifica- tion, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall change the duties and responsibilities of OWNER. CONTRACTOR or ENGINEER, or any of their agents or employees from those set forth in the Contract Documents. Clarifications and interpretations of the Contract Documents shall be issued by ENGINEER as provided for in paragraph 9.3. 3.4. The Contract Documents will be governed by the law of the place of the Project. Reuse of Documents: 3.5. Neither CONTRACTOR nor any Subcontractor, manufacturer, fabricator, supplier or distributor shall have or acquire any title to or ownership rights in any of the Draw- ings. Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER; and they shall not reuse any of them on extensions of the Project I• or any other project without written consent of OWNER and ENGINEER and specific written verification or adaptation by ENGINEER. Availability of Lands: 4,1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be per- formed, rights -of -way for access thereto, and such other lands which are designated for the use of CONTRACTOR. Ease- ments for permanent structures or permanent changes in ex- isting facilities will be obtained and paid for by OWNER, un- less otherwise provided in the Contract Documents. If CON- TRACTOR believes that any delay in OWNER's furnishing these lands or easements entitles him to an extension of the Contract Time, CONTRACTOR may make a claim therefor as provided in Article 12. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Physical Conditions —Investigations and Reports: 4.2. Reference is made to the Supplementary Conditions for identification of those reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting cost, progress or performance of the Work which have been relied upon by ENGINEER in prepa- ration of the Drawings and Specifications. Such reports are not guaranteed as to accuracy or completeness and are not part of the Contract Documents. Unforeseen Physical Conditions: 4.3. CONTRACTOR shall promptly notifyOWNER and ENGINEER in writing of any subsurface or latent physical conditions at the site or in an existing structure differing mate- rially from those indicated or referred to in the Contract Documents. ENGINEER will promptly review those condi- tions and advise OWNER in writing if further investigation o: tests are necessary. Promptly thereafter. OWNER shall obtain the necessary additional investigations and tests and furnish copies to ENGINEER and CONTRACTOR. If ENGINEER finds that the results of such investigations or tests indicate that there arc subsurface or latent physical conditions which differ materially from those intended in the Contract Docu- ments, and which could no: reasonably have been anticipated by CONTRACTOR, a Change Order shall be issued incorpo- rating the necessary revisions. Reference Points: 4.4. OWNER shalt provide engineering surveys for con- struction to establish reference points which in his 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 Require- ments), shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. 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 replace - {T: 0 ment or relocation of such reference points by professionally qualified personnel. ARTICLE S —BONDS AND INSURANCE Performance and Other Bonds: 5.1. CONTRACTOR shall furnish performance and pay- ment 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 Docu- ments. These Bonds shall remain in effect at least until one year after the date of final payment, except as otherwise pro- vided by law. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the forms prescribed by the bidding docu- ments or Supplementary Conditions and be executed by such Sureties as G) are licensed to conduct business in the state where the Project is located, and (ii) 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 Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. 5.2. If the Surely on any Bond furnished by CONTRAC- TOR is declared a 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 clauses (i) and (ii) of paragraph 5.1, CONTRACTOR shall within five days thereafter substitute another Bond and Surety, both of which shall be acceptable to OWNER. Contractor's Liability Insurance: 5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and other insurance as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance of the Work and CONTRACTOR's other obligations under the Contract Documents, whether such performance is by CON- TRACTOR, by any Subcontractor, by anyone directly or in- directly employed by any of them, or by anyone for whose acts any of them may be liable! 5.3.1. Claims under workers' or workmen's compen- sation, disability benefits and other similar employee benefit acts; 5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRAC- TOR's employees: 5.3.3. Claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR'semployees: 5.3.4. Claims for damages insured by 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) b) any other person for any other reason; 5.3.5. Claims for damages, other than to the Work it- self, because of injury to or destruction of tangible prop- erty, including loss of use resulting therefrom; and 5.3.6. 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. The insurance required by this paragraph 5.3 shall include the specific coverages and be written for not less than the limits of liability and coverages provided in the Supplementary Condi- tions, or required by law, whichever is greater. The com- prehensive general liability insurance shall include completed operations insurance. All such insurance shall contain a provi- sion that the coverage afforded will not be cancelled, materially changed or renewal refused until at least thirty days' prior written notice has been given to OWNER and ENGINEER. All such insurance shall remain in effect un:rl final payment and at all times thereafter when CON- TRACTOR may be correcting, removing or replacing defec- tive Work in accordance with paragraph 13.12. In addition, CONTRACTOR shall maintain such completed operations insurance for at least two years after final payment and furnish OWNER with evidence of continuation of such insur- ance at final payment and one year thereafter. Contractual Liability Insurance: 5.4. The comprehensive general liability insurance required by paragraph 5.3 will include contractual liability insurance applicable to CONTRACTOR's obligations under paragraphs 6.30 and 6.31. Owner's Liability Insurance: 5.5. OWNER shall be responsible for purchasing and maintaining his own liability insurance and, at his option, may purchase and maintain such insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Property insurance: 5.6. Unless otherwise prodded in the Supplementary Conditions. OWNER shall purchase and maintain property insurance upon the Work at the site to the full insurable value thereof (subject to such deductible amounts as may be pro- vided in the Supplementary Conditions or required b) law). This insurance shall include the interests of OWNER, CON- TRACTOR and Subcontractors in the Work, shall insure against the perils of fire and extended coverage and shall include "all risk" insurance for physical loss and damage including theft, vandalism and malicious mischief, collapse and water damage, and such other perils as may be provided in the Supplementary Conditions, and shall include damages, losses and expenses arising out of or resulting from any insured loss or incurred in the repair or replacement of any insured property (including fees and charges of engineers, Ph architects, attorneys and other professionals). if not covered under the "all risk" insurance or otherwise provided in the •Supplementary Conditions, CONTRACTOR shall purchase and maintain similar property insurance on portions of the Work stored on end off the site or in transit when such por- tions of the Work arc to be included in an Application for Payment. The policies of insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 shall contain a provision that the coverage afforded will not be cancelled or materially changed until at least thirty days' prior written notice has been given to CONTRACTOR. 5.7. OWNER shall purchase and maintain such boiler and machinery insurance as may be required by the Supplemen- tary Conditions or by law. This insurance shall include the interests of OWNER. CONTRACTOR and Subcontractors in the Work. 5.8. OWNER shall not be responsible for purchasing and maintaining any property insurance to prolecl the interests of CONTRACTOR or Subcontractors in the Work to the extent of any deductible amounts that arc provided in the Supple- mentary Conditions. If CONTRACTOR wishes property insurance coverage within the limits of such amounts, CONTRACTOR may purchase and maintain it at his own expense. 5.9. If CONTRACTOR requests in writing that other spe- eial insurance be included in the property insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof shall be charged to CONTRACTOR by appropri- ate Change Order. Prior to commencement of the -Work at the site, OWNER will in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. Waiver of Rights: 5.10. OWNER and CONTRACTOR waive all rights against each other and the Subcontractors and their agents and employees and against ENGINEER and separate contrac- tors (if any) and their subcontractors' agents and employees. for damages caused by fire or other perils to the extent cov- ered by insurance provided under paragraphs 5.6 and 5.7, in- clusive, or any other property insurance applicable to the Work, except such rights as they may have to the proceeds of such insurance held by OWNER as trustee- OWNER shall re- quire similar written waivers by ENGINEER and from each separate contractor, and CONTRACTOR shall require simi- lar written waivers from each Subcontractor (in accordance with paragraph 6.11 as applicable); each such waiver will be in favor of all other parties enumerated in this paragraph 5.10. Receipt and Application of Proceeds: 5.11. Any insured loss under the policies of insurance ARTICLE 6 —CONTRACTOR'S RESPONSIBILITIES required by paragraphs 5.6 and 5.7 shall be adjusted with money so received, and he 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 on account thereof and the Work and the cost thereof covered by an appropriate Change Order. £12. OWNER as trustee shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's exercise of this power. If such objection be made, OWNER as trustee shall make settle- ment with the insurers in accordance with such agreement as the parties in interest may reach. If required in writing by any party in interest, OWNER as trustee shall upon the occurrence of an insured loss, give bond for the proper performance of his duties. Acceptance of Insurance 5.13. 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 accor- dance with paragraphs 5.3 and 5.4 on the basis of its not com- plying with the Contract Documents, OWNER will notify CONTRACTOR in writing thereof within ten days or the date of delivery of such certificates to OWNER in accordance with paragraph 2.7. If CONTRACTOR has any objection to the coverage afforded by or other provisions of the policies of insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 on the basis of their not complying with the Contract Documents, CONTRACTOR will notify OWNER in writing thereof with. in ten days of the date of delivery of such certificates to CON- TRACTOR in accordance with paragraph 2.7. OWNER and CONTRACTOR will each provide to the other such addi- tional information in respect of insurance provided by him as the other may reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of such insur- ance purchased by the other as complying with the Contract Documents. Partial Utilization —Property Insurance: 5.14. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Sut•stantial Comple- tion of all the Work, such use or occupancy may be accom- plished in accordance with paragraph 14.10; provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected the changes in coverage neces- sitated thereby. The insurers providing the properly insurance shall consent by endorsement on the policy or policies, but the properly insurance shall not be cancelled or lapse on account of any such partial use or occupancy. OWNER and made payable to OWNER as trustee for the •insureds, as their interests may appear, subject to the Supervision and Superintendence: requirements of any applicable mortgage clause and of para- 6.1. CONTRACTOR shall supervise and direct the Work graph 5.12. OWNER shall deposit in a separate account any competently and efficiently, devoting such attention thereto 12 and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Docu- ments. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be solely respon. sible 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 Con- tract Documents. CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract Documents. 6.2. 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 CONTRAC- TOR. All communications given to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Materials and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey and lay out the Work and per- form 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 Sup- plementary Conditions, all Work at the site shall be per- formed during regular working hours, and CONTRACTOR will not permit -overtime work or the performance of Work on Saturday, Sunday or any legal holiday without OWNER's written consent given after prior written notice to ENGINEER. 6.4. CONTRACTOR shall furnish all materials. equip- ment, labor, transportation, construction equipment and machinery, tools, appliances, fuel. power, light, heat, tele- phone, water and sanitary facilities and all other facilities and incidentals necessary for the execution, testing, initial oper- ation and completion of the Work. 6.5. All materials and equipment shall be or good quality and new, except as otherwise provided in the Contract Docu- ments. if required by ENGINEER. CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. 6.6. All materials and equipment shall be applied. in- stalled, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufac- turer, fabricator, supplier or distributor, except as otherwise provided in the Contract Documents. Equivalent Materials and Equipment: 6.7. Whenever materials or equipment are specified or de- scribed in the Drawings or Specifications by using the name of a proprietary item or the name of a particular manufacturer, fabricator, supplier or distributor. the naming of the item is intended to establish the type. function and quality required. Unless the name is followed by words indicating that no sub- stitution is permitted. materials or equipment of other manu- facturers, fabricators. suppliers or distributors may be accepted by ENGINEER if sufficient information is submit- ted by CONTRACTOR to allow ENGINEER to determine that the material or equipment proposed is equivalent to that named. The procedure for review by ENGINEER will be as set forth in paragraphs 6.7.1 and 6.7.2 below as supplemented in theGeneral Requirements. 6.7.1. Requests for review of substitute items of material and equipment will not be accepted by ENGI- NEER from anyone other than CONTRACTOR. If CON- TRACTOR wishes to furnish or use a substitute item of material or equipment CONTRACTOR shall make written application to ENGINEER for acceptance thereof, certify- ing that the proposed substitute will perform adequate.y the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified. The application will state whether or no: acceptance of the substitute for use in the Work will require a change in the Drawings or Specifications to adapt the design to the substitute and whether or not incorpora- lion or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified shall be identified in the application and available mainte- nance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly from accept- ance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which shall be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish at CONTRACTOR's expense additional data about the proposed substitute. ENGINEER will be the sole judge of acceptability, and no substitute will be ordered or installed without ENGI- NEER's prior written acceptance. OWNER may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee or other surety with respect to any substitute. 6.7.2. ENGINEER will record time required by ENGI- NEER and ENGINEER's consultants in evaluating subni- tutions proposed by CONTRACTOR and in making changes in the Drawings or Specifications occasioned thereby. Whether or not ENGINEER accepts a proposed substitute. CONTRACTOR shall reinburse OWNER for the charges of ENGINEER and ENGINEER's consultants for evaluating any proposed substitute. Concerning Subcontractors: 6.8. CONTRACTOR shall not employ any Subcontractor or other person or organization (including those who are to furnish the principal items of materials or equipment), 13 I whether initially or as a substitute, against whom OWNER or ENGINEER may have reasonable objection. A Subcontractor or other person or organization identified in writing to OWNER and ENGINEER by CONTRACTOR prior to the Notice of Award and not objected to in writing by OWNER or ENGINEER prior to the Notice of Award will be deemed acceptable to OWNER and ENGINEER. Acceptance of any Subcontractor, other person or organization by OWNER or ENGINEER shall not constitute a waiver of any right of OWNER or ENGINEER to reject defective Work. If OWNER or ENGINEER after due investigation has reason- able objection to any Subcontractor, other person or organi- zation proposed by CONTRACTOR after the Notice of Award, CONTRACTOR shall submit an acceptable substi- tute and the Contract Price shall be increased or decreased by the difference in cost occasioned by such substitution, and an appropriate Change Order shall be issued. CONTRACTOR shall not be required to employ any Subcontractor, other person or organization against whom CONTRACTOR has reasonable objection. 6.9. CONTRACTOR shall be fully responsible for all acts and omissions of his Subcontractors and of persons and organizations directly or indirectly employed by them and of persons and organizations for whose acts any of them may be liable to the same extent that CONTRACTOR is responsible for the acts and omissions of persons directly employed by CONTRACTOR. Nothing in the Contract Documents shall create any contractual relationship between OWNER or ENGINEER and any Subcontractor or other person or orga- nization having a direct contact with CONTRACTOR, 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 Subcontractor or other person or organization, except as may otherwise be required by law. OWNER or ENGINEER may furnish to any Subcontractor or other person or organization, to the extent practicable, evidence of amounts paid to CONTRACTOR on account of specific Work done. 6.10. The divisions and sections of the specifications and the identifications of any Drawings shall not control CON- TRACTOR in dividing the Work among Subcontractors or delineating the Work to be performed by any specific trade. 6.11. All Work performed for CONTRACTOR b) a Sub- contractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor which speci- fically 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 5.10. CONTRACTOR shall pay each Subcontractor a just share of any insurance moneys received by CONTRACTOR on account of losses under policies issued pursuant to paragraphs 5.6 through 5.8. Patent Fees and Royalties: 6.12. CONTRACTOR shall pay all license fees and royal- ties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any inven- lion, 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 ENGI- NEER its use is subject to parent rights or copyrights calling for the payment of any license fee or royalty to others, the ex- istence of such rights shall be disclosed by OWNER in the Contract Documents. CONTRACTOR shall indemnify and hold harmless OWNER and ENGINEER and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses (including attoine)s' fees) arising out of any infringement of patent rights or copy- rights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any inven- tion, design, process, product or device not specified in the Contract Documents, and shall defend all such claims in con- nection with anyallcged infringement of such rights. Permits: 6.13. Unless otherwise provided in the Supplementary Conditions, CONTRACTOR shall obtain and pay for all con- struction permits and licenses. OWNER shall assist CON- TRACTOR, 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. CON- TRACTOR shall pay all charges of utility service companies for connections to the Work, and OWNER shall pay all charges of such companies for capital costs related thereto. Lows and Regulations: 6.14. CONTRACTOR shall give all notices and comply with all laws, ordinances, rules and -regulations applicable to the Work. If CONTRACTOR observes that the Specifications or Drawings are at variance therewith, CONTRACTOR shall give ENGINEER prompt written notice thereof, and any nec- essary changes shall be adjusted by an appropriate Modifica- tion. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to such Iris, ordi- nances, rules and regulations, and without such notice to ENGINEER. CONTRACTOR shall bear all costs arising therefrom; however, it shall not be CONTRACTOR's pri- mary responsibility to make certain that the Specifications and Drawings are in accordance with such laws, ordinances, rules and regulations. Taxes: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to paid by him in accordance with the law of the place of the Project. Use of Premises: 6.16. CONTRACTOR shall confine construction equip- ment, the storage of materials and equipment and the opera - lions of workmen to areas permitted by law, ordinances. permits or the requirements of the Contract Documents, and shall not unreasonably encumber the premises with construc- tion equipment or other materials or equipment. 14 • 6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste ma- terials,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 prem- ises 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 their original condition those portions of the site not designated for alteration by the Contract Documents. 6.18. 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. Record Documents: 6.19. CONTRACTOR shall keep one record copy of all Specifications, Drawings, Addenda, Modifications, Shop Drawings and samples at the site, in good order and an- notated to show all changes made during the construction process. These shall be available to ENGINEER for exam- ination and shall be delivered to ENGINEER for OWNER upon completion of the Work. Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, • maintaining and supervising all safety precautions and pro- grams in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall pro- vide the necessary protection to prevent damage, injury or loss to: 6.20.1. all employees on the Work and other persons who may be affected thereby, 6.20.2. all the Work and all materials or equipment to be incorporated therein, whether in storage on or off the site, and 6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, road- ways, structures and utilities not designated for removal, relocation or replacement in the course of construction - CONTRACTOR shall comply with all applicable laws. ordi- nances, rules, regulations and orders of any public body hav- ing jurisdiction for the safety of persons or property or to pro- tect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protec- tion. CONTRACTOR shall notify owners of adjacent prop- erty and utilities when prosecution of the Work may affect them. All damage, injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subconlractor or anyone directly or indirectly employed by any of them or anyone for whose sets any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attribut- able to the fault of Drawings or Specifications or to the sets or omissions of OWNER or ENGINEER or anyone employed by either of them or anyone for whose eras 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 para- graph 14.13 that the Work is acceptable. 6.21. CONTRACTOR shall designate a responsib:e member of his organization at the site whose duty shall be the prevention of accidents. This person shall be CONTRAC- TOR': superintendent unless otherwise designated in writing by CONTRACTOR to OWNER. Emergencies: 6.22. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent there- to, CONTRACTOR, without special instruction or authoriza- tion from ENGINEER or OWNER, is obligated to act to pre- vent threatened damage, injury or loss. CONTRACTOR shall give ENGINEER prompt written notice of any significant changes in the Work or deviations from the Contract Docu- ments caused thereby. Shop Drawings and Samples: 6.23. After checking and verifying all field measurements. CONTRACTOR shall submit to ENGINEER for review and approval, in accordance with the accepted schedule of Shop Drawing submissions (see paragraph 2.8), five copies (unless otherwise specified in the General Requirements) of all Shop Drawings, which shall have been checked by and stamped with the approval of CONTRACTOR and identified as ENGINEER may require. The data shown on the Shop Draw- ings will be complete with respect to dimensions, design cri- teria, materials of construction and like information to enable ENGINEER to review the information as required. 6.24. CONTRACTOR shall also submit to ENGINEER for review and approval with such promptness as to cause no delay in Work, all samples required by the Contract Docu- ments All samples will have been checked by and stamped with the approval of CONTRACTOR. identified clearly as to material, manufacturer, any pertinent catalog numbers and the use for which intended. 6.25. At the time of each submission, CONTRACTOR shall in writing call ENGINEER's attention to any deviations that the Shop Drawings or samples may have from the requirements of the Contract Documents. 6.26. ENGINEER will review and approve with reason- able promptness Shop Drawings and samples, but ENGI- NEER's review and approval shall 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, sequences. techniques or pro - 15 cedures of construction 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 any corrections required by ENGINEER and shall return the required number of corrected copies of Shop Drawings and resubmit new samples for review and approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGINEER on previous submittals. CONTRACTOR's stamp of approval on any Shop Drawing or sample shall constitute a representation to OWNER and ENGINEER that CONTRACTOR has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data or assumes full responsibility for doing so, and that CONTRACTOR has re- viewed or coordinated each Shop Drawing or sample with the requirements of the Work and the Contract Documents. 6.27. Where a Shop Drawing or sample is required by the Specifications, no related Work shall be commenced until the submittal has been reviewed and approved by ENGINEER. 6.28. ENGINEER's review and approval of Shop Draw- ings or samples shall not relieve CONTRACTOR from re- sponsibility for any deviations from the Contract Documents unless CONTRACTOR has in writing called ENGINEER's attention to such deviation at the time of submission and ENGINEER has given written concurrence and approval to the specific deviation, nor shall any concurrence or approval by ENGINEER relieve CONTRACTOR from responsibility for errors or omissions in the Shop Drawings. Continuing the Work: 6.29. CONTRACTOR shall carry on the Work and main- tain the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pend- ing resolution of any disputes or disagreements, except as CONTRACTOR and OWNER may otherwise agree in writing. Indemnification: 6.30. To the fullest extent permitted by law. CON- TRACTOR shall indemnify and hold harmless OWNER and ENGINEER and their agents and employees from and against all claims, damages, losses and expenses including but not limited to attorneys' fees arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (a) 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 (b) is caused in whole or in part by any negligent act or omission of CONTRACTOR. any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. 6.31. In any and all claims against OWNER or ENGI- NEER or any of their agents or employees by any employee of CONTRACTOR, an) Subcontractor, anyone directly or indi- rectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.30 shall not be limited in any way by any limita- tion on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any Subcon- tractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. 6.32. The obligations of CONTRACTOR under para- graph 6.30 shall not extend to the liability of ENGINEER, his agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications. ARTICLE 7 —WORK BY OTHERS 7.1. OWNER may perform additional work related to the Project by himself, or have additional work performed by utility service companies, or let other direct contracts therefor which shall contain General Conditions similar to these. CONTRACTOR shall afford the utility service companies and the other contractors who are parties to such direct con- tracts (or OWNER, if OWNER is performing the additional work with OWNER's employees) reasonable opportunity for the introduction and storage of materials and equipment and the execution of work, and shall properly connect and coordi- nate his Work with theirs. 7.2. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of any such other contractor or utility service company (or OWNER), CON- TRACTOR shall inspect and promptly report to ENGINEER in writing any patent or apparent defects or deficiencies in such work that render it unsuitable for such proper execution and results. CONTRACTOR's failure so to report shall con- stitute an acceptance of the other work as fit and proper for integration with CONTRACTOR's Work except for latent or non -apparent defects and deficiencies in the other work. 7.3. CONTRACTOR shall do all cutting, fitting and patching of his 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. 7.4. If the performance of additional work by other con- tractors or utility service companies or OWNER was not noted in the Contract Documents, written notice thereof shall be given to CONTRACTOR prior to starting any such addi- tional work. If CONTRACTOR believes that the perform- ance of such additional work by OWNER or others involves additional expense to CONTRACTOR or requires an ex- tension of the Contract Time, CONTRACTOR may make a claim therefor as provided in Articles It and 12. 16 • 0 ARTICLE 8 -OWNER'S RESPONSIBILITIES 8.1. * OWNER shall issue all communications to CONTRACTOR through ENGINEER. 8.2. In case of termination of the employment of ENGI- NEER. OWNER shall appoint 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 appoinment shall be subject to arbitration. 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make pay- ments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and 14.13. 8.4. OWNER's duties in respect of providing lands and casements and providing engineering surveys to establish ref- erence points are set forth in paragraphs 4.1 and 4.4 Para- graph 4.2 refers to OWNER's identifying and making avail- able to CONTRACTOR copies of reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting performance of the Work which have been relied upon by ENGINEER in preparing the Draw- ings and Specifications. 8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property insurance are set forth in paragraphs 5.5 through 5.7. 8.6. -In connection with OWNER's rights to request changes in the Work in accordance with Article 10, OWNER (especially in certain instances as provided in paragraph 10.4) is obligated to execute Change Orders. 8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4. S.B. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain circumstances. ARTICLE 9 —ENGINEER'S STATUS DURING CONSTRUCTION Owner's Representative: 9.1. ENGINEER will be OWNER's respresentative dur- ing the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's representative during construction arc set forth in the Con- tract Documents and shall not be extended without written consent of OWNER and ENGINEER. Decisions on Disagreements: Visits to Site: 9.9. ENGINEER will be the initial interpreter of the re - 9.2. ENGINEER will make visits to the site at intervals quirements of the Contract Documents and judge of the ac - appropriate to the various stages of construction to observe the eeptability of the Work thereunder. Claims, disputes and progress and quality of the executed Work and to determine, in general, lithe 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 de- gree 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 pro- fessional. ENGINEER will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. Clarifications and Interpretations: 9.3. ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the Contract Documents (in the form of Drawings or otherwise) as ENGI- NEER may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. if CONTRACTOR believes that a writ• ten clarification or interpretation justifies an increase in the Contract Price or Contract Time, CONTRACTOR may make a claim therefor as provided in Article II or Article 12. Rejecting Defective Work: 9.4. ENGINEER will have authority to disapprove or reject Work which is defective, and will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.5. In connection with ENGINEER's responsibility for Shop Drawings and samples, see paragraphs 6.23 through 6.29 inclusive. 9.6. In connection with ENGINEER's responsibilities as to Change Orders, see Articles 10. 1 I and 12. 9.7. In connection with ENGINEER's responsibilities in respect of Applications for Payment, etc.. see Article 14. Project Representation 9.8. If OWNER and ENGINEER agree, ENGINEER will furnish a Resident Project Representative to assist ENGI- NEER in observing the performance of the Work. The duties, responsibilities and limitations of authority of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions. If OWNER des- ignates another agent to represent him at the site who is not ENGINEER's agent or employee, the duties, responsibilities and limitations of authority of such other person will be as provided in the Supplementary Conditions. 17 • • I other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the execution and progress of the Work shall 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 shall be delivered by the claimant to ENGINEER and the other party to the Agreement within fifteen days of the occur- rence of the event giving rise thereto, and written supposing data will be submitted to ENGINEER and the other party within forty-five days of such occurrence unless ENGINEER allows an additional period of time 10 ascertain more accurate data. In his capacity as interpreter and judge ENGINEER will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. 9.10. The rendering of a decision by ENGINEER pursu- ant to paragraph 9.9 with respect to any such claim, dispute or other matter (except any which have been waived by the mak- ing or acceptance of final payment as provided in paragraph 14.16) 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 at law in respect of any such claim, dispute or other matter. Limitations on ENGINEER's Responsibilities: 9.11. 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 Sub- contractor, any manufacturer, fabricator, supplier or dis- tributor, or any of their agents or employees or any other person performing any of the Work - 9.12. Whenever in the Contract Documents the terms "as ordered", "as directed", "as required". "as allowed" 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 requirement, direction, review or judgment of ENGINEER as to the Work, it is intended that such require- ment, 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 never indicates that ENGI- NEER shall have authority to supervise or direct performance of the Work or authority to undertake responsibility contrary to the provisions of paragraphs 9.13 or 9.14. 9.13. ENGINEER will not be responsible for CON- TRACTOR's means, methods, techniques, sequences or pro- cedures of construction, or the safety precautions and programs incident thereto, and ENGINEER will not be re- sponsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. 9.14. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractors, or of the agents or employees of any CONTRACTOR or Subcon- tractor, or of any other persons at the site or otherwise performing any of the Work. ARTICLE 10 -CHANGES IN THE WORK 10.1. Without invalidating the Agreement, OWNER ma), at any time or from time to time, order additions, deletions or revisions in the Work; these will be authorized by Change Orders. Upon receipt of a Change Order, CONTRACTOR shall proceed with the Work involved. All such Work shall be executed under the applicable conditions of the Contract Documents. If any Change Order causes an increase or de- crease in the Contract Price or an extension or shortening of the Contract Time, an equitable adjustment will be made as provided in Article II or Article 12 on the basis of a claim made by either party. 10.2. ENGINEER may authorize minor changes in the Work not involving an adjustment in the Contract Price or the Contract Time, which are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and shall be binding on OWNER, and also on CONTRACTOR who shall perform the change promptly. If CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or Contract Time, CON- TRACTOR may make a claim therefor as provided in Article II or Article 12. 10.3. Additional Work performed without authorization of a Change Order will not entitle CONTRACTOR to an in- crease in the Contract Price or an extension of the Contract Time, except in the case of an emergency as provided in para- graph 6.22 and except as provided in paragraphs 10.2 and 13.9. - 10.4. OWNER shall execute appropriate Change Orders prepared by ENGINEER covering changes in the Work which are required by OWNER, or required because of unforeseen physical conditions or emergencies, or because of uncovering Work found not tobe defective, or as provided in paragraphs 11.9 or 11.10. or because of any other claim of CONTRAC- TOR for a change in the Contract Time or the Contract Prise which is recommended by ENGINEER. 10.5. If notice of any change affecting the general scope of the Work or change in the Contract Price is required by the provisions of any Bond to be given to the Surety. it will be CONTRACTOR's responsibility to so notify the Surety, and the amount of each applicable Bond shall be adjusted accord- ingly. CONTRACTOR shall furnish proof of such adjust- ment to OWNER. ARTICLE I1 —CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to 18 CONTRACTOR for performing the Work. All duties, re- sponsibilities and obligations assigned to or undertaken by • CONTRACTOR shall be at his expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order. Any claim for an increase in the Contract Price shall be based on written notice delivered to OWNER and ENGINEER within fifteen days of the occurrence of the event giving rise to the claim. Notice of the amount of the claim with supporting data shall be delivered within forty-five days of such occurrence unless ENGINEER allows an addi- tional period of time to ascertain accurate cost data. Al! claims for adjustment in the Contract Price shall be deter- mined by ENGINEER if OWNER and CONTRACTOR can- not otherwise agree on the amount involved. Any change in the Contract Price resulting from any such claim shall be in- corporated in a Change Order. 11.3. 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: 11.3.1. Where the Work involved is covered by unit prices contained in the Contract Documents, by applica- tion of unit prices to the quantities of the items involved (subject to the provisions of paragraph II .9). 11.3.2. By mutual acceptance of a lump sum. • 11.3.3. On the basis of the Cost of the Work (deter- mined as provided in paragraphs 11.4 and 11.5) plus a Contractor's Fee for overhead and profit (determined as provided in paragraph 11.6). Cost of the Work: 11.4. 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 11.5: 11.4-1. 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 em- ployees not employed full time on the Work shall be appor- tioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limed to. salaries and wages plus the cost of fringe bes,e:its which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compen- sation, health and retirement benefits, bonuses, sick leave. vacation and holiday pay applicable thereto. Such employ- • ees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. 11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transpor- tation and storage thereof, and manufacturers' field services required in conneclion therewith. All cash dis- counts 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 provi- sions so that they may be obtained. 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed by Subcontractors. If required by OWNER, CONTRACTOR shall obtain com- petitive bids from Subcontractors acceptable to CON- TRACTOR 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 CONTAC- TOR's Cost of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including, but not limited to, engineers, architects, testing laboratories, sur- veyors, lawyers and accountants) employed for services specifically related to the Work. 11.4.5. Supplemental costs including the following: 11.4.5.1. The proportion of necessary trans- portation, travel and subsistence expenses of CON- TRACTOR's employees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, 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 workmen, 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 CON- TRACTOR. 11.4.5.3. Rentals of all construction equipment and machinery and the pans 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. 11.4.5.4. Sales, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by any governmental authority. 19 II .4.5.5. Deposits lost for causes other than CON- TRACTOR'. negligence, royalty payments and fees for • permits and licenses. 11.4.5.6. Losses and damages (and related expenses), not compensated by insurance or otherwise, to the Work or otherwise sustained by CONTRACTOR in connection with the execution of the Work, provided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone di- rectly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages and ex- penses 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, CON- TRACTOR shall be paid for services a fee proportion- ate to that stated in paragraph 11.6.2. 11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site. 11.4.5.8. 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. . 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work. 11.5. The term Cost of the Work shall not include any of the following: 11.5.1. Payroll costs and other compensation of CON- TRACTOR's officers, executives, principals (of partner- ship and sole proprietorships), general managers, engineers, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents. expedi- tors, timekeepers. clerks and other personnel employed by CONTRACTOR whether at the site or in his 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 subparagraph 11.4.1 —all of which are to be considered administrative costs covered by the Contractor's Fee. 11.5.2. Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the site. 11.5.3. Any part of CONTRACTOR's capital ex- penses, including interest on CONTRACTOR's capital employed for the Work and charges against • Contract Documents to purchase and maintain the same (except for additional Bonds and insurance required be- cause of changes in the Work). 11.3.3. Costs due to the negligence of CONTRAC- TOR, 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. 11.5.6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. Contractor's Fee: 11.6. The Contractor's Fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 11.6.1. a mutually acceptable fixed fee; or if none can be agreed upon, 11.6.2. a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, the Contractor's Fee shall be ten percent, 11.6.2.2. for costs incurred under paragraph 11.4.3, the Contractor's Fee shall be five percent; and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall be ten percent, and 11.6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and 11.5. 11.7. The amount of credit to be allowed by CONTRAC- TOR to OWNER for any such change which results in a net decrease in cost, will be the amount of the actual net decrease. When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any. Adjustment of Unit Prices: 11.8. Whenever the cost of any Work is to be determined pursuant to paragraphs 11.4 and 11.5, CONTRACTOR will submit in form acceptable to ENGINEER an itemized cost breakdown together with supporting data. 11.9. Where the quantity of Work with respect to any item that is covered by a unit price differs materially and sig- nificantly from the quantity of such Work indicated in the Contract Documents, an appropriate Change Order shall be issued on recommendation of ENGINEER to adjust the unit price. 20 C 0 Cash Allowances: 11.10. It is understood that CONTRACTOR has included in thetontract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors, manufacturers, fabricators, suppliers or distributors and for such sums within the limit of the allow- ances as may be acceptable to ENGINEER. Upon final pay ment, the Contract Price shall be adjusted as required and an appropriate Change Order issued. CONTRACTOR agrees that the original Contract Price includes such sums as CON- TRACTOR deems proper for costs and profit on account of cash allowances. No demand for additional cost or profit in connection therewith will be valid. ARTICLE 12 —CHANGE OF THE CONTRACT TIME 12.1. The Contract Time may only be changed by a Change Order. Any claim for an extension in the Contract Time shall be based on written notice delivered to OWNER and ENGINEER within fifteen days of the occurrence of the event giving rise to the claim. Notice of the extent of the claim with supporting data shall be delivered within forty-five days of such occurrence unless ENGINEER allows an additional period of time to ascertain more accurate data. All claims for adjustment in the Contract Time shall be determined by ENGINEER if OWNER and CONTRACTOR cannot other- wise agree. Any change in the Contract Time resulting from any such claim shall be incorporated in a Change Order. 12.2. The Contract Time will be extended in an amount equal to time lost due to delays beyond the control of CON- TRACTOR if a claim is made therefor as provided in -para- graph 12.1. Such delays shall include, but not be limited to, acts or neglect by OWNER or others performing additional Work as contemplated by Article 7. or to fires, floods, labor disputes, epidemics, abnormal weather conditions, or acts of God. 12.3. 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 compen- sation for additional professional services) for delay by either part). ARTICLE 13 —WARRANTY ANDGUARANTEE; TESTS AND INSPECTIONS; CORREC- TION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK Warranty and Guarantee: 13.1. 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 CONTRAC- TOR. All defective Work, whether or not in place. may be rejected. corrected or accepted as provided in this Article 13. Access to Work: 13.2. ENGINEER and ENGINEER's representatives, other representatives of OWNER, testing agencies and gov- ernmental agencies with jurisdictional interests will hare ac- cess to the Work at reasonable times for their observation, in- spection and testing. CONTRACTOR shall provide proper and safe conditions for such access. Tests and Inspections: 13.3. CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required inspections• tests or approvals. 13.4. If any law, ordinance, rule, regulation, code, or order of any public body having jurisdiction requires 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. 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 ac- ceptance of a manufacturer, fabricator, supplier or distrib- utor of materials or equipment proposed to be incorporated in the Work, or of materials or equipment submitted for ap- proval prior to CONTRACTOR's purchase thereof for incor- poration in the Work. The cost of all other inspections, tests and approvals required by the Contract Documents shall be paid by OWNER (unless otherwise specified). 13.5. Al) inspections, tests or approvals other than those required by law, ordinance, rule, regulation, code or order of any public body having jurisdiction shall be performed by or- ganizations acceptable to OWNER and CONTRACTOR (or by ENGINEER if so specified). 13.6. 11 any Work that is to be inspected, tested or ap- proved is covered without written concurrence of ENGI- NEER, it must, if requested by ENGINEER, be uncovered for observation. Such uncovering shall be at CONTRAC- TOR's expense unless CONTRACTOR has given ENGI- NEER timely notice of CONTRACTOR's intention to cover such Work and ENGINEER has not acted with reasonable promptness in response to such notice. 13.7. Neither observations by ENGINEER not inspec- tions, tests or appro.als by others shall relieve CONTRAC- TOR from his obligations to perform the Work in accordance with the Contract Documents. Uncovering Work: 13.8. If any Work is covered contrary to the written re- quest of ENGINEER. it must, if requested by ENGINEER, be uncovered for ENGINEER's observation and replaced at CONTRACTOR's expcnse- 13.9. If ENGINEER considers it necessary or advisable that covered Work be observed by ENGINEER or inspected or tested by others. CONTRACTOR, at ENGINEER's re - 21 C quest, shall uncover, expose or otherwise make available for observation, inspection or testing as ENGINEER may re- quite. 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 the ex- penses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction, including com- pensation for additional professional services, and an appro• priate deductive Change Order shall be issued. 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 Time, or both, directly attributable to such un- covering, exposure, observation, inspection, testing and reconstruction if he makes a claim therefor as provided in Articles II and 12. Owner May Stop the Work: 13.10. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workmen or suitable materials or equipment. 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 CONTRAC- TOR or any other party. Correction or Removal of Defective Work: 13.11. If required by ENGINEER, CONTRACTOR shall promptly, without cost to OWNER and as specified by ENGI- NEER, either correct any defective Work, whether or nor fab- ricaled, installed or completed, or, if the Work has been re- jected by ENGINEER, remove it from the site and replace it with nondefective Work. One Year Correction Period: 13.12. If within one year after the date of Substantial Completion or such longer period of time as may be pre- scribed by law or by the terms of any applicable special guarantee required by the Contract Documents or by any spe- cific 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 Nork. 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 rejected Work removed and replaced. and all direct and indirect costs of such removal and replacement. including compensation for additional professional services, shall be paid by CONTRACTOR. Acceptance of Defective Work: 13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to ENGINEER's recommendation of final payment, also ENGI- NEER) prefers to accept it. OWNER may do so. In such case, if acceptance occurs prior to ENGINEER's recommendation of final payment, a Change Order shall be issued incorporat- ing the necessary revisions in the Contract Documents, includ- ing appropriate reduction in the Contract Price; or, if the ac- ceptance occurs after such recommendation, an appropriate amount shall be paid by CONTRACTOR to OWNER, OWNER May Correct Defective Work: 13.14. 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 para- graph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents (including any re- quirements of the progress schedule). OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising his rights under this paragraph OWNER shall proceed expeditiously. 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 pan of the Work, and sus- pend CONTRACTOR's services related thereto, take posses- sion of CONTRACTOR's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER. OWNER's representatives, agents and employees such access to the site as may be necessary to enable OWNER to exercise his rights under this paragraph. All direct and indirect costs of OWNER in exercising such rights shall be charged against CONTRACTOR in an amount verified by ENGINEER, and a Change Order shall be issued incorporating the necessary revi- sions in the Contract Documents and a reduction in the Con- tract Price. Such direct and indirect costs shall include, in par- ticular but without limitation, compensation for additional professional services required and all costs of repair and replacement of work of others destroyed or damaged by cor- rection, removal or replacement of CONTRACTOR's defec- tive Work. CONTRACTOR shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER's rights hereunder. ARTICLE 14 —PAYMENTS TO CONTRACTOR AND COMPLETION Schedules: 14.1 At least ten days prior to submitting the first Appli- cation for a progress payment. CONTRACTOR shall (except as otherwise specified in the General Requirements) submit to ENGINEER a progress schedule, a final schedule of Shop Drawing submission and where applicable a schedule of val- ues of the Work. These schedules shall be satisfactory in form and substance to ENGINEER. The schedule of values shall in- clude quantities and unit prices aggregating the Contract Price, and shall subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Upon acceptance of the schedule of val- ues by ENGINEER, it shall be incorporated into a form of Application for Payment acceptable to ENGINEER. 22 Application for Progress Payment. I4.2r At least ten days before each progress payment falls •due (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 and also as ENGINEER may reasonably require. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by such data. satisfactory to OWNER, as will establish OWNER's title to the material and equipment and protect OWNER's interest therein, including applicable insurance. Each subsequent Application for Payment shall include an affidavit of CONTRACTOR stating that all previous progress payments received on account of the Work have been applied to discharge in full all of CONTRACTOR's obligations reflected in prior Applications for Payment. The amount of retainage with respect 10 progress payments will be as stipulated in the Agreement. LJ CONTRACTOR's Warranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Appli- cation for Payment, whether incorporated in the Project or not, will pass to OWNER at the time of payment free and clear of all liens, claims, security interests and encumbrances (hereafter in these General Conditions referred to as "Liens"). Review of Applications for Progress Payment: 14 4. ENGINEER will, within ten days after receipt of each Application for Payment, either indicate in writing a rec- ommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR indi- cating in writing ENGINEER's reasons for refusing to recom- mend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the Application OWNER shall, within ten days of presentation to him of the Application for Payment with ENGINEER's recommenda- lion pay CONTRACTOR the amount recommended. 14.5. ENGINEER's recommendation of any payment re- quested in an Application for Payment will constitute a rep- resentation by ENGINEER to OWNER, based on ENGI• NEER's on -sire observations of the Work in progress as an experienced and qualified design professional and on ENGI- NEER's review of the Application for Payment and the accompanying data and schedules that the Work has pro- gressed 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 Project upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents and any qualifica- tions stated in the recommendation: and that CONTRAC- TOR is entitled so payment or 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, or that the means, methods, techniques, sequences, and procedures of construe• Lion have been reviewed or that any examination has been made to ascertain how or for what purpose CONTRACTOR has used the moneys paid or to be paid to CONTRACTOR on account of the Contract Price, or that title to any Work, materials or equipment has passed to OWNER free and clear of any Liens. 14.6. 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 14.13 have been fulfilled. 14.7. ENGINEER may refuse to recommend the whole or any part of any payment if, in his opinion, it would be incor- rect to make such representations to OWNER. He may also refuse to recommend any such payment, or, because of subse- quently discovered evidence or the results of subsequent in• spections or tests, nullify and such payment previously recom- mended to such extent as may be necessary in ENGINEER's opinion to protect OWNER from loss because: 14.7.1. the Work is defective, or completed Work has been damaged requiring correction or replacement, 14.7.2. written claims have been made against OWNER or Liens have been filed in connection with the Work, 14.7.3. the Contract Price has been reduced because of Modifications, 14.7.4. OWNER has been required to correct defective Work or complete the Work in accordance with paragraph 13.14, 14.7.3. of CONTRACTOR's unsatisfactory prosecu• tion of the Work in accordance with the Conuaci Documents. or 14.7.6 CONTRACTOR's failure to make payment to Subcontractors, or for labor. materials or equipment. Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall, in writing to OWNER and ENGINEER, certify that the entire Work is substantially complete and request that ENGINEER issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, 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 CONTRAC• TOR in writing giving his reasons therefor. If ENGINEER considers the Work substantially complete. ENGINEER will 23 ' prepare and deliver to OWNER a tentative certificate of Sub- stantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tenta- tive list of items to be completed or corrected before final pay- ment. OWNER shall have seven days after receipt or the ten- tative certificate during which he may make written objection to ENGINEER as to any provisions of the certificate or attached list. If, after considering such objections. ENGI- NEER 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 his reasons therefor. If, after consideration of OWNER's objections, ENGINEER considers the Work sub- stantially 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 he believes justi. lied after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion ENGINEER will deliver to OWNER and CON- TRACTOR a written recommendation as to division of re- sponsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities and insurance. Unless OWNER and CONTRACTOR agree otherwise in writing and so in- form ENGINEER prior to his issuing the definitive certificate of Substantial Completion ENGINEER's aforesaid recom- mendation will be binding on OWNER and CONTRACTOR until final payment. 14.9. OWNER shall have the right to exclude CON- TRACTOR from the Work after the dale of Substantial Com- pletion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial Utilization: 14.10. Use by OWNER of completed portions of the Work may be accomplished prior to Substantial Completion of all the Work subject to the following: 14.10.1. OWNER at any time may request CON- TRACTOR in writing to permit OWNER to use any pan of the Work which OWNER believes to be substantially complete and which may be so used without significant interference with construction of the other parts of the Work. 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. 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. if ENGINEER does not consider that part of the Work to be substantially complete. EN- GINEER will notify OWNER and CONTRACTOR in writing giving his reasons therefor. If ENGINEER con- siders that pan of the Work to be substantially complete. ENGINEER will execute and deliver to OWNER and CONTRACTOR a certificate to that effect, fixing the date of Substantial Completion as to that part of the Work, attaching thereto a tentative list of items to be completed or corrected before final payment. Prior to issuing a ceni• fieate of Substantial Completion as to pan of the Work ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation as to the division of responsi• bilities pending final payment between OWNER and CON- TRACTOR with respect to security, operation, safety, maintenance, utilities and insurance for that part of the Work which shall become binding upon OWNER and CONTRACTOR al the time of issuing the definitive ce-.- tificate of Substantial Completion as to that pars of the Work unless OWNER and CONTRACTOR shall have otherwise agreed in writing and so informed ENGINEER. OWNER shall have the right to exclude CONTRACTOR from any part of the Work which ENGINEER has so certi- fied to be substantially complete, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. 14.10.2. In lieu of the issuance of a certificate of Sub- stantial Completion as to part of the Work, OWNER may take over operation of a facility constituting part of the Work whether or not it is substantially complete if such facility is functionally and separately useable; provided that prior to any such takeover. OWNER and CONTRAC- TOR have agreed as to the division of responsibilities between OWNER and CONTRACTOR for security. oper- ation, safety, maintenance, correction period, heat, utili- ties and insurance with respect to such facility. 14.10.3. No occupancy of part of the Work or taking over of operations of a facility will be accomplished prior to compliance with the requirements of paragraph 5.14 in respect of property insurance. Final Inspection: 14.11. Upon written notice from CONTRACTOR that the Work is complete, ENGINEER will make a final inspec- lion with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this in- spection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such deficiencies. Final Application for Payment: 14.12. After CONTRACTOR has completed all such cor- rections to the satisfaction of ENGINEER and delivered all maintenance and operating instructions, schedules, guaran- lees, Bonds, certificates of inspection, marked -up record documents and other documents —all as required by the Con- tract Documents, and after ENGINEER has indicated that the Work is acceptable (subject to the provisions of paragraph 14.16). CONTRACTOR may make application for final pay- ment following the procedure for progress payments. The final Application for Payment shall be accompanied by all documentation called for in the Contract Documents and such other data and schedules as ENGINEER may reasonably re- quire, together with complete and legally effective releases or 24 0 I 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 re- leases and receipts include all labor, services. material and equipment for which a Lien could be filed, and that all pay- rolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or his property might in any way be responsible, have been paid or otherwise satisfied; and consent of the Surely, if any, to final payment. If any Subcontractor. manufacturer, fabricator, supplier or distributor fails to furnish a release or receipt in full. CON- TRACTOR may furnish a Bond or other collateral satisfac- tory to OWNER to indemnify OWNER against any Lien. Final Payment and Acceptance: 14.13. 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 documcnialion—all as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR has fulfilled all of his obligations under the Contract Documents, ENGINEER will, within ten days after receipt of the final Application for Payment, indicate in writing his recommendation of payment and present the Application to OWNER for payment. There- upon ENGINEER will give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.16. Otherwise, ENGINEER will return the Application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final pay- ment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. If the Application and accompanying documentation are appropriate as to form and substance. OWNER shall, within thirty days after receipt thereof pay CONTRACTOR the amount recommended by ENGINEER. 14.14. 11, through no fault of CONTRACTOR. final com- pletion of the Work is significantly delayed thereof and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recom- mendation of ENGINEER, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted- If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agree- ment, and if Bonds hate been furnished as required in para- graph 5.1, 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 EN- GINEER with the Application for such payment. Such pay- ment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. shall be absolute. Neither recommendation of any progress or final payment by ENGINEER, nor the issuance of a catifi- cate of Substantial Completion, nor any payment by OWNER to CONTRACTOR under the Contract Documents, not 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 the issuance of a notice of acceptability by ENGINEER pursuant to paragraph 14.13, nor any correc- tion of defective Work by OWNER shall constitute an accept. ante 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. Waiver of Claims - 14.16. The making and acceptance of final payment shall constitute: 14.16.1. a waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled Liens, from defective Work appearing after final inspec- tion pursuant to paragraph 14.11 or from failure to comply with the Contract Documents or the terms of any special guarantees specified therein; however, it shat! not constitute a waiver by OWNER of any rights in respect of CONTRACTOR's continuing obligations under the Contract Documents; and 14.16.2. a waiver of all claims by CONTRACTOR against OWNER other than those previously made in writ- ing and still unsettled. ARTICLE 15 —SUSPENSION OF WORK AND TERMINATION Owner May Suspend Work: 15.1. OWNER may, at any time and without cause, sus- pend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRAC- TOR and ENGINEER which shall fix the date on which Work shall be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR will be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if be makes a claim therefor as provided in Articles II and 12. Owner May Term finale: 15.2. Upon the occurrence of any one or more of the following events: 15.2.1. if CONTRACTOR is adjudged a bankrupt or insolvent, 15.2.2. If CONTRACTOR makes a general assign- ment for the benefit of creditors, • Coniracror''s Continuing Obligation: 14.15. CONTRACTOR's obligation to perform and corn- 15.2.3. if a trustee or receiver Is appointed for CON- plete the Work in accordance with the Contract Documents TRACTOR or for any of CONTRACTOR's property. 25 0 i 15.2.4. IF CONTRACTOR files a petition to take ad. vantage of any debtor's act, or to reorganize under the bankiuptcyor similar laws. I'3.2.5. if CONTRACTOR repeatedly fails to supply sufficient stilled workmen or suitable materials or equipment, 15.2.6. if CONTRACTOR repeatedly fails to make prompt payments to Subcontractors or for labor, materials or equipment, 15.2.7. if CONTRACTOR disregards laws, ordi• nances, rules. regulations or orders of any public body having jurisdiction, 15.2.8. if CONTRACTOR disregards the authority of ENGINEER, or 15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents, OWNER may after giving CONTRACTOR and his Surety seven days' written notice, terminate the services of CON- TRACTOR, 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 CON- TRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and 'equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct and indirect costs of completing the Work, including compensation for additional professional services, such excess shall be paid to CONTRAC- TOR. If such costs exceed such unpaid balance. CONTRAC- TOR shall pay the difference to OWNER. Such costs incurred by OWNER shall be verified by ENGINEER and incorpo- rated in a Change Order, but in finishing the Work OWNER shall not be required to obtain the lowest figure for the Work performed. 15.3. Where CONTRACTOR's services have been so terminated by OWNER, the termination shall not affect any rights of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will nor release CONTRACTOR from liability. 15.4. Upon seven 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. CON- TRACTOR shall be paid for all Work executed and any ex- pense sustained plus reasonable termination expenses. Contractor May Stop Work or Term/note: 15.5. If, through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety days by OWNER or under an order of court or other public authority. or ENGINEER fails to act on any Application for Payment within thiry days after it is submitted, or OWNER fails for thirty days to pay CONTRACTOR any sum finally deter- mined to be due, then CONTRACTOR may, upon snrn dayswritten 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 App:r cation for Payment or OWNER has failed to make any pay- ment as aforesaid. CONTRACTOR may upon seven days' notice to OWNER and ENGINEER stop the Work until pay- ment of all amounts then due. The provisions of this para- graph shall not relieve CONTRACTOR of his obligations under paragraph 6.29 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER. ARTICLE 16 —ARBITRATION 16.1. All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of, or re- lating to the Contract Documents or the breach thereof except for claims which have been waived by the making or accept• ance of final payment as provided by paragraph 14.16. shall be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Asso- ciation then obtaining subject to the limitations of this Article 16. This agreement so to arbitrate and any other agreement or consent to arbitrate entered into in accordance herewith as provided in this Article 16 will be specifically enforceable under the prevailing arbitration law of any court having juris- diction. 16.2. No demand for arbitration of any claim, dispute or other matter that is required tobe referred to ENGINEER in tiatly for decision in accordance with paragraph 9.9 shall be made until the earlier of (a) the date on which ENGINEER has rendered a decision or (b) the tenth day after the parties have presented their evidence to ENGINEER if a written deci- sion has not been rendered by ENGINEER before that date. No demand for arbitration of any such claim. dispute or other matter shall be made later than thirty days after the date on which ENGINEER has rendered a written decision in respect thereof in accordance with paragraph 9,9; and the failure to demand arbitration within said thirty days' period shall result in ENGINEER's decision being final and binding upon .OWNER and CONTRACTOR. If ENGINEER renders a de- cision after arbitration proceedings have been initiated, such decision may be entered as evidence but shall not supersede the arbitration proceedings, except where the decision is acceptable to the parties concerned. 16.3. Notice of the demand for arbitration shall be filed in writing with the other party to the Agreement and with the 0 American Arbitration Association, and a copy shall be sent 10 ENGINEER for information. The demand for arbitration shall be made within the thirty -day period specified in par&• graph 16.2 where applicable, and in all other cases within a reasonable lime after the claim, dispute or other matter in question has arisen, and in no event shall any such demand be made after institution or legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. 16.4. No arbitration arising out of or relating to the Con- tract Documents shall include by consolidation, joinder or in any other manner any other person or entity (including ENGI- NEER, his agents, employees or consultants) who is not a party to this Agreement unless: 16.4.1. the inclusion of such other person or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitration, 16.4.2. such other person or entity is substantially in- volved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings, and 16.4.3. the written consent of the other person or entity sought to be included and of OWNER and CON- TRACTOR has been obtained for such inclusion, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to arbitration of any dispute not specifically described in such consent or to arbitration with any party not specifically identified in such consent. 16.5. The award rendered by the arbitrators will be final, judgment may be entered upon it in any court having juris- diction thereof, and will not be subject to modification or ap- peal except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. 4¢10, 11). ARTICLE 17 —MISCELLANEOUS Giving Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice it shall be deemed to have been validly given If delivered in person to the Individual or to a member or the firm or to an officer of the corporation for whom it is intended, or ff delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. Computation of Time: 17.2. When any period of time is referred to in the Con- tract Documents by days, it shall be computed to exclude the first and include the last day of such period. If the Iasi day o' any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdictio ., such day shall be omitted from the computation. General' 17.3. Should OWNER or CONTRACTOR suffer injury or damage to his person or property because of any error, omission or act of the other party or of any of the other par- ty's employees or agents or others for whose acts the other party is legally liable, claim shall be made in writing to the other party within a reasonable time of the first observance of such injury or damage. 17.4. The duties and obligations imposed by these Gen- eral Conditions and the rights and remedies available here- under to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations im- posed upon CONTRACTOR by paragraphs 6.30, 13-1, 13.11, 13.14. 14.3 and 15.2 and all of the rights and remedies avail- able to OWNER and ENGINEER thereunder, shall be in ad- dition to, and shall not 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 law or contract. by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph shall be as effective as if repeated specifically in the Contract Documents in connection with each particular duly, obliga- tion, right and remedy to which they apply. All representa- tions, warranties and guarantees made in the Contract Docu- ments shall survive final payment and lerminalion or comple- tion of this Agreement. 27 SUPPLEMENTARY CONDITIONS INDEX PAGE M GENERAL SC -1 DEFINITIONS SC -1 BONDS SC -3 CONTRACTOR'S INSURANCE SC -4 RESIDENT PROJECT REPESENTATIVE SC -6 RESPONSIBILITY REGARDING EXISTING UTILITIES AND STRUCTURES SC -10 WORK ON STATE HIGHWAY RIGHT-OF-WAY SC-lO SUBCONTRACTORS SC -10 GOVERNING LAWS AND REGULATIONS SC -10 RETAINAGE AND PAYMENT SC -11 RETURN OF DRAWINGS AND SPECIFICATIONS UPON TERMINATION SC -11 RELEASES AND LIEN WAIVERS SC-li INDEPENDENT CONTRACTORS SC -11 CONTRACTOR'S RESIDENT SUPERINTENDENT SC -12 TESTING SC -12 PRICES TO INCLUDE AND SPECIAL • SPECIFICATIONS SC -12 COPrwoxr © rm csurwi, ma 1: usocuru, mG 0 (1) GENERALS The requirements of supplementary conditions shall govern when in conflict with the General Conditions. (2) DEFINITIONSI Wherever used in these Supplementary Conditions or in the other Contract Documents and Specifications, the following terms have the meanings indicated which are applicable to both the singular and plural thereof: Advertisement A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. Award 0 The acceptance, by the Owner, of the successful bidder's proposal. Bidder Any individual, partnership, firm, or corporation, acting directly or through a duly authorized represent- ative who submits a proposal for the work contemplated. Calendar Day Every day shown on the calendar. Contract Item (Pay Item) A specific unit of work for which a price is provided in the contracts. Drainage System The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conduct- ed from the project area. :0►TAIGHT © tat CLVTON, MULL i WOCITl sc. SC -1 0 Equipment All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and appara- tus necessary for the proper construction and accept- able completion of the work. Extra Work An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. Intention of Terms Any reference to a specific requirements of a paragraph of the contract specifications or a cited standard shall be interpreted to include all general require- ments of the entire section specification or cited standard that may be pertinent to such specific • reference. Materials _ Any substance specified for use in the construction of the contract work. Pavement The combined surface course, base course, and subbase course, if any, considered as a single unit. Payment Bond The approved form of security furnished by the Contrac- tor and his surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work. Performance Bond The approved form of security furnished by the Contrac- tor and his Surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 0 corracxr © ur SC -2 cnxrmx, ieu I usocuas, me Elan! The official drawings or exact reproductions, approved by the Engineer, which show the locations, character, dimensions and details of the project and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. Proposal The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. Specifications A part of the contract containing the written direc- tions and requirements for completing the contract work. Standards for specifying materials or testing, which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. . Subarade The soil which forms the pavement foundation. Supplemental Agreement A written agreement between the Contractor and Owner covering: 1). Work that would increase and decrease the total amount of the awarded contract, or any major contract item, by more than 25%, such increased or decreased work being within the scope of the originally awarded contract, or 2). Work that is not within the scope of the originally awarded contract. Surety The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds which are furnished to the Owner by the Contractor. (3) ONDS: The following bonds will be required under this contract: SC -3 coPYRIGHT © trt CRUTCH. tuu t usocurzk m t • a. Bid Bond Yes_ No_ b. Performance Bond Yes X No_ c. Payment Bond Yes= No_ If required, coincident with the execution of the Contract, the Contractor shall furnish a good and sufficient surety bond in the amount of one hundred percent (100%) of the contract sum, guaranteeing the faithful performance of all covenants, stipulations, and agreements of the Contract, the payments of all bills or obligations that might or will in any manner become a claim against the 01*ER, and guaran- teeing the work against faulty workmanship and materials during construction and for one (1) year after completion, all provisions of the bond to be complete and in full accordance with the statutory requirements. The bond shall be executed with the proper Sureties through a company licensed and qualified to operate in the State and approved by the OW R. (4) CONTRACTOR'S INSURANCE The Contractor shall obtain all insurance required by the General Conditions and in the amount required under this paragraph. The Contractor shall not allow any subcontractor to commence work on his subcontract until all similar • insurance required of subcontractors has been obtained and approved. All such insurance shall be executed by the licensed resident local agent of the State in which the project is located. 1. Public Liability and Property Daaage Insurance The Contractor shall take out and maintain during the life of this contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this contract, from claims or damage for personal injury, including accidental death, as well as from any claims for property damages, which any arise from operations under this Contract, whether such operation be by himself or by any subcontrac- tor or by anyone directly or indirectly employed by either of them and the amount shall be as follows: 0 COPYRIGHT © MU SC -4 cn:nox. Tau & nsocujn we • A. Bodily Injury Liability, $1,000,000 each person $1,000,000 each occurrence B. Property Damage Liability, $1,000,000 each occurrence, and $1,000,000 aggregate 2. Automobile Public Liability and Property Damage The Contractor shall maintain automobile public liability insurance in the amount of not less than $500,000 for injury, including accidental death, to one person, and $500,000 for one accident, and automobile property damage insurance in the amount of not less than $500,000 for one accident to protect him from any and all claims airing from the use of the following in the execution of work included in this Contract: A. Contractor's own automobiles and trucks. B. Hired automobiles and trucks. C. Automobiles and trucks not owned by Contractor. The above is to cover the use of automobiles and trucks on and off the site of the project. 3. Workmen's Compensation Insurance The Contractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance as shall protect him and any subcontractor performing work covered by this Contract, from claims for damages for personal injury, including accidental death, which may arise from operations under this Contract, whether such operation be by himself or by any subcontractor or anyone directly or indirectly employed by either of them as required under the laws of the State where the project is located. 4. The Contractor shall purchase in the name of the OWNER, and Crafton, Tull & Associates, Inc., and OWNER'S Contingent Protective Liability Policy containing the same coverage limits as set out for the CONTRACTOR'S liability insurance, the original of this policy shall be delivered to the OWNER. SC -5 COPTRIGHT © 1m CRArTON, TILL I ASSOCUTEl lit fl 5. The Contractor and any subcontractors on contracts shall provide Public Liability and Property Damage Insurance which includes adequate protection against the special hazard of "Blasting for Rock Excavation", if any blasting is to be required on project. 6. Property Insurance The Contractor shall maintain during the life of this Contract, Builder' Risk and "All Risk" Insurance as spelled out in Item 5.6 of the General Conditions on the insurable portion of the project, in such amounts as will protect him and the OWNER against losses of completed or partially completed work due to fire, windstorm, hail, or other damage or loss. Losses not covered by such insurance shall be borne by the Contractor, at no cost to the OWP€R. (5) RESIDENT PROJECT REPRESENTATIVE: In accordance with paragraph 9.3 of the General Conditions, a Resident Project Representative and assistants, as needed, • will be provided by the Engineer to serve as his represen- tatives on the project. (a) The duties of the Resident Project Representative will be to: 1. Review the progress schedule, schedule of Shop Drawing submissions and schedule of values prepared by CONTRACTOR and consult with ENGINEER concerning their acceptability. to 2. Attend preconstruction conferences. Arrange a schedule of progress meetings and other job conferences as required in consultation with ENGINEER and notify those expected to attend in advance. Attend meetings, and maintain and circu- late copies of minutes thereof. 3. Serve as ENGINEER'S liaison with CONTRACTOR, working principally through CONTRACTOR'S super- intendent and assist him in understanding the intent of the Contract Documents. Assist ENGINEER in serving as OWN R'S liaison with CONTRACTOR when CONTRACTOR'S operations affect OW ER'S onsite operations. SC -6 COPYRIGHT © M Curio%, lull i Assocuif at 4. As requested by ENGINEER, assist in obtaining from OWNER additional details or information, when required at the job site for proper execution of the Work. S. Receive and record date of receipt of Shop Drawings and samples, which are furnished at the site by CONTRACTOR, and notify ENGINEER of their availability for examination. 6. Advise ENGINEER and CONTRACTOR or its superinten- dent immediately of the commencement of any Work requiring a Shop Drawing or sample submission if the submission has not been approved by ENGINEER. 7. Conduct on -site observations of the Work in progress to assist ENGINEER in determining if the Work is proceeding in accordance with the Contract Documents and that complete Work will conform to the Contract Documents. B. Report to ENGINEER whenever he believes that any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or does not meet the requirements of any inspections, tests or approval required to be made or has been damaged prior to final payment; and advise ENGINEER when he believes Work should be corrected or rejected or should be uncovered for observa- tion, or requires special testing, inspection or approval. 9. Verify that tests, equipment and systems startups and operating and maintenance instructions are conducted as required by the Contract Documents and in presence of the required personnel, and that CONTRACTOR maintains adequate records thereof; observe, record and report to ENGINEER appropriate details relative to the test proce- dures and startups. 10. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the outcome of these inspections and report to ENGINEER. 11. Transmit to CONTRACTOR, ENGINEER'S clarifications and interpretations of the Contract Documents. t SC -7 COPYEGMT © Tim CAA►M& TULL I moouTE; Ny 12. Consider and evaluate CONTRACTOR'S suggestions for modifications in Drawings or Specifications and report them with recommendations to ENGINEER. 13. Maintain at the jab site orderly files for correspondence, reports of job conferences, Shop Drawings and samples submissions, reproductions of original Contract Documents including all addenda, change orders, field orders, additional Drawings issued subsequent to the execution of the Contract, ENGINEER'S clarifications and interpre- tations of the Contract Documents, progress reports, and other Project related documents. 14. File a daily Construction Observation Report with ENGINEER, recording hours on the job site, weather conditions, data relative to questions of extras of deductions, list of visiting officials and representatives of manufacturers, fabricators, suppliers and distributors, daily activities, decisions, observations in general and specific observations in more detail as in the case of observing test procedures. 15. Record names, addresses and telephone numbers of all CONTRACTORS, subcontractors and major -suppl— iers of materials and equipment. 16. Furnish ENGINEER periodic reports as required of progress of the Work and CONTRACTOR'S compliance with the approved progress schedule and schedule of Shop Drawing submissions. 17. Consult with ENGINEER in advance of scheduled major tests, inspections or start of important phases of the work. 18. Report immediately to ENGINEER upon the occurrence of any accident. 19. Review applications for payment with CONTRACTOR for compliance with the established procedure for their submission and forward them with recommenda- tions to ENGINEER, noting particularly their relation to the schedule of values, Work completed and materials and equipment delivered at the site but not incorporated in the Work. COPYRIGHT © is SC -8 CRARON, TULL L ASSOCIATE; INC. • 20. During the course of the Work, verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by CONTRACTOR are applicable to the items actually installed; and deliver this material to ENGINEER for his review and forwarding to OWNER prior to final acceptance of the Work. 21. Before ENGINEER issues a Certificate of Substan- tial Completion, submit to CONTRACTOR a list of observed items requiring completion or correction. 22. Conduct final inspection in the company of ENGINEER, OWNER and CONTRACTOR and prepare a final list of items to be completed or corrected. 23. Verify that all items on final list has been completed or corrected and make recommendations to ENGINEER concerning acceptance. (b) The Authority of Resident Project Representative shall be limited as follows: • Except upon written instructions of ENSINEER, Resident Project Representative: 1. Shall not authorize any deviation from the Contract Documents or approve any substitute materials or equipment. 2. Shall not exceed limitations on ENGINEEROS authority as set forth in the Contract Documents. 3. Shall not undertake any of the responsibilities of CONTRACTOR, subcontractors or CONTRACTOR'S superintendent, or expedite the Work. 4. Shall not advise on or issue directions relative to any aspect of the means, methods, techniques, sequences or procedures of construction unless such is specifically called for in the Contract Documents. 5. Shall not advise on or issue directions as to safety precautions and programs in connection with the Work. b. Shall not authorize OWNER to occupy the Project in whole or in part. COPYRIGHT © I= SC -9 CWAFION, TOLL & ASSOCIATE; mL C 7. Shall not participate in specialized field or laboratory tests. The limitations on the ENGINEER'S responsibilities as specified in paragraphs 9.11, 9.12, 9.13, and 9.14, and on tests and inspections in paragraph 13.7 of the General Conditions, shall be applicable to the Resident Project Representative and assistants. (6) RESPONSIBILITY REGARDING EXISTING UTILITIES AND STRUCTURES, The existence and location of underground utilities indi- cated on the plans are not guaranteed and shall be investi- gated and verified in the field by the CONTRACTOR before starting work. Excavation in the vicinity of existing structures and utilities shall be carefully done by hand. The CONTRACTOR shall be held responsible for any damages to, and for maintenance and protection of existing utilities and structures. (7) WORK ON STATE HIGHWAY RIGHT-OF-WAYS • Portions of project will involve work on the rights -of -way of State Highways. The CONTRACTOR shall conduct all such work in strict accordance with applicable regulations of the State Highway Department or Equal Controlling Agency in the state where the project is to be constructed. (B) SUBCONTRACTORS: io The CONTRACTOR shall obtain approval of the ENGINEER prior to subcontracting any portion of the work to another contractor. (9) GOVERNING LAWS AND REGULATIONS, The CONTRACTOR shall be familiar with all Federal, State and Local laws governing work of this nature and safeguarding the public during construction, and shall conform to such laws, ordinances and regulations. The CONTRACTOR'S attention is directed to the State Licens- ing Law for Contractors, United States Department of Labor Occupational Safety and Health Act, and the U.S. Department of Transportation Manual on Uniform Traffic Control Devices for streets and highways. SC -10 COPYRIGHT © TW cRATTON. TULL A ASSOCIAR3, 010. It shall be the CONTRACTOR'S responsibility to obtain all necessary license and permits prior to starting construc- tion. (10) RETAINAGE AND PAYMENT, Ten percent (10%) of all payments made pursuant to properly submitted and approved Applications for Payment shall be retained by OWNER until final completion of work under the contract. However, ENGINEER at his own discretion, may reduce the retainage to five percent (5X) of all payments upon satisfactory completion of 50% of said contract if he determines CONTRACTOR'S work, progress and scheduling is satisfactory. (11) RETURN OF DRAWINGS AND SPECIFICATIONS UPON TERMINATION, In the event of termination of this contract pursuant to Article 15 of the General Conditions, CONTRACTOR shall return to OWNER( or to ENGINEER for delivery to OWPE7R) all specifications, drawings, addenda, modifications, shop drawings, samples and the like used in the course of perfor- mance under this contract. 0 (12) RELEASES AND LIEN WAIVERS: CONTRACTOR shall obtain and deliver to OWNER appropriate releases and/or lien waivers from all suppliers, subcontrac- tors and the like used in completing the work hereunder, and OWNER shall not be obligated to pay CONTRACTOR in full until such items are delivered by CONTRACTOR to OWIER. (13) INDEPENDENT CONTRACTORS: Notwithstanding any language in the General Conditions to the contrary, it is the express intent of the parties hereto that CONTRACTOR and ENGINEER shall act as independent contractors during their performance under this Agreement. Other than as provided hereunder, OWNER shall have no right to direct CONTRACTOR or ENGINEER in their performance hereunder. CONTRACTOR, ENGINEER, and any persons hired or used by them during their performance hereunder are not now and shall not be, as a result of such performance, employees of OWNER. SC -11 tOPT$IGNT © Ts, :RATION. TALL I WOCTATE% ML 0 (14) CONTRACTOR'S RESIDENT SUPERINTENDENT: CONTRACTOR shall, prior to commencement of work hereunder, supply to OWNER in writing the name of its initial resident superintendent for coordination of work under thi s contract. Another person may be substrtuted in such resident superintendent's place pursuant to Fara.raph o.of the General Conditions. (15) TESTING: (1). In accordance with Paragraph 13.4 of the General Conditions the OWNER shall retain the services of a Testing Laboratory or Registered Professional Engineer practicing in the materials and testing field, here- a+ter referred to as the Lab Engineer, to perform all sampling and testing. The OWNER will be responsible for the costs of sampling and testing performed on the project. However, the OWNER will not be responsible for any additional testing as a result of poor workmanship. (2) The CONTRACTOR shall notify the ENGINEER and the OWNER • sufficiently in advance of any desired testing so that the services of the testing laboratory can be scheduled as near as possible to the times requested by the CONTRACTOR. All testing shall be scheduled during normal work hours on normal wort: days. (16) PRICES TO INCLUDE AND SPECIAL SPECIFICATIONS: The bid price for all items shall include all labor, materials, equipment, and tools necessary or reasonably required to furnish and install in place, complete and in accordance with the plans and specifications, and as directed by the ENGINEER, in good operating conditions, the items as listed and shown and/or specified. Contractor is responsible for staking of crossings from Highway Department right-of-way stakes. Crafton, lull & Associates staking is completed at the time this project bids. Contractor shay] replace accurately any highway markers destroyed during construction. The following items of construction shall be paid for under the given pay items of the Bid Form. These items cover the work set out in the plans and these specifications and provided for on the Bid Form. n SC -12 . ITEM 1.0 12" DUCTILE IRON PIPE CLASS 51, WATERLINE INSTALLED COMPLETE INCLUDING TRENCH EXCAVATION AND BACKFILL (CLASS B) BEDDING AND 6 MIL POLYETHYLENE WRAP: ITEM 2.2 12" DUCTILE IRON PIPE CLASS 51 INSTALLED COMPLETE. TO GRADE. THRU 24" STEEL CASING: 7M .3 12" DUCTILE IRON_PIPE,_CLASS 51 INSTALLED TO Gkl1DFJ_ CDIIF'LElE_TtCLUDINrj SPECIFIED BEDDING AND TRENCH E_XLAVATION ANC BACh:F1LL (CLASS H) BEDDING AND 6 MIL POLYETHYLENE WRAP: ITEM 3.1 12" DUCTILE IRON PIPE CLASS 51 WATER PIPE INSTALLED COMPLETE, INCLUDING SPECIFIED BEDDING, TRENCH EXCAVATION AND BACKFILL (CLASS B) BEDDING AND 6 MIL_ POLYETHYLENE WRAP: ITEM 3.4 12" DUCTILE IRON CLASS 52 WATER PIPE INSTALLED COMPLETE, INCLUDING SPECIFIED BEDDING3 TRENCH EXCAVATION AND BACKFILL (CLASS h) BEDDING AND 6 MIL_ POLYETHYLENE WRAP: ITEM 4.2 8" DUCTILE IRON PIPE, CLASS 51, INSTALLED TO GRADE COMPLETE THRU 16" STEEL CASING: ITEM 4.3 8" DUCTILE IRON PIPE CLASS 51. INSTALLED TO GRADE COMPLETE, INCLUDING SPECIFIED BEDDING AND TRENCH EXCAVATION AND BACKFILL (CLASS B) BEDDING AND 6 MIL POLYETHYLENE WRAP: ITEM 5.1 8" DUCTILE IRON PIPE CLASS 51, INSTALLED COMPLETE, INCLUDING SPECIFIED BEDDING. TRENCH EXCAVATION BACKFILL (CLASS B) BEDDING AND 6 MIL POLYETHYLENE WRAP: METHOD OF MEASUREMENT: Measurement of pipe lines as a basis of payment, shall be made along the pipe from center to center of intersecting lines, or from center to end of branch lines; this measurement will include all specials and fittings. BASIS OF PAYMENT: Work completed and accepted under this item when measured as provided above shall be paid for at the contract unit price bid per linear foot for water pipe of the type and size shown on the plans and called for in the proposal, which price shall be full compensation for all trench excavation and backfill, and furnishing and installing the pipe, testing, chlorination, and for all materials, equipment, tools, labor, and incidentals necessary to complete the work. ITEM 1.4 12" MECHANICAL JOINT GATE VALVE INSTALLED COMPLETE IN PLACE INCLUDING RETAINER GLANDS: C SC -13 METHOD OF MEASUREMENT_ • This item shall consist of furnishing and installing the required size gate valves, boxes, and concrete caps around the valve boxes, including all equipment, material, and incidentals necessary for complete installation. BASIS OF PAYMENT: Payment w2 I] he made at the unit price bid 4or each required size valve and box installed. ITEM =.14 FENCE CUT AND REPAIR, COMPLETE: ITEM 4.10 FENCE CUT AND REPAIR COMPLETE: METHOD OF MEASUREMENT: Completed and accepted work performed under this item shall be measured by each. BASIS OF PAYMENT: Work completed and accepted under this item shall be paid for at the unit price bid in the proposal, said price to be full compensation for all equipment, tools, labor and incidentals . necessary to complete the work. ITEM 3.15 ABANDON EXISTING 8" AND 12" WATERLINE COMPLETE, INCLUDING PLUG AND THRUST BLOCKING: METHOD OF MEASUREMENT: Completed and accepted work performed under this item shall be measured by each. BASIS OF PAYMENT: Work completed and accepted under this item shall be paid for at the unit price bid in the proposal, said price to be full compensation for all equipment, tools, labor and incidentals necessary to complete the work. ITEM 4.9 B" DUCTILE IRON CLASS 51 STUBOUTS INSTALLED COMPLETE IN PLACE, INCLUDING 3' OF 8D.I.PIPE AND 8" CAP: METHOD OF MEASUREMENT: Completed and accepted work performed under this item shall be measured by each. 0 SC -14 . BASIS OF PAYMENT: Work completed and accepted under this item shall be paid for at the unit price bid in the proposal, said price to be full compensation for all equipment, tools, labor and incidentals necessary to complete the work. ITEM 2.5 EXIFTIN5 STREET CUT AND REPAIR AS SF'FEIF 1ED, COMPLETE_ SEE DETAIL OI. PLANS: ITEM 3.5 EXISTING STREET CIIT AND REPAIR AS SPECIFIED, COMPLETE. SEE-DEZAIL ON PLANS: METHOD OF MEASUREMENT; Completed and accepted work performed under this item shall be measured by the linear foot. BASIS OF PAYMENT: Completed and accepted work performed under this item shall be paid for at the price bid per linear foot in the proposal, paid price to be full compensation for all equipment, materials, labor, and incidentals necessary to complete the work according to detail on sheet 2. • ITEM 5.5 INSTALL GRASS, FERTILIZER AND MULCH ON ALL DISTURBED AREAS OF T14IS CONTRACT COMPLETE: METHOD OF MEASUREMENT: Vegetative mulch, seeding and fertilizing complete in designated areas, shall be measured by the lump sum. BASIS OF PAYMENT: Vegetative mulch, seeding and fertilizing, complete, measured as described above, shall be paid for at the lump sum price bid in the proposal which shall be full compensation for all seed, fertilizer, tools, labor, equipment, and incidentals necessary to complete the work. ITEM 1.7 RIP -RAP. INSTALLED COMPLETE: ITEM 3.12 RIP -RAP, INSTALLED COMPLETE: METHOD OF MEASUREMENT: Rip -rap completed and accepted will be measured by the square yard in place. Rip -rap thickness shall be 1.0 feet. 0 BASIS OF PAYMENT: • Rip -rap placed and accepted and measured as provided above will be paid for at the contract unit price bid per square yard which price shall be full compensation for furnishing materials, for quarrying involved; for preparation of the surface to be protected; for excavation including toe trench and backffll: and for all labor, tools, equipment, and incidentals necessary to cumpI etthe wvr ( . ITEM 2.1 OPEN CUT HIGHWAY CROSSING INCLUDING 24" STEEL CASING, O.344' WALL THICKNESS INSTALLED COMPLETE INCLUDING EXCAVATION AND BACKFILL (WHERE REQUIRED): ITEM+.,, OPEN CUT HIGHWAY CROSSING INCLUDING 24" STEEL CASING 0_344" WALL THICKNESS AND 239.5' OF 12" CLASS 52 DUCTILE IRON PIPE INSTALLED COMPLETE INCLUDING EXCAVATION AND BACFFILL_ JWHERE REQUIRED); ITEM 4.1 OPEN CUT HIGHWAY CROSSING, INCLUDING 16" STEEL CMS]NU. 0.255" WALL THICKNESS INSTALLED COMPLETE INCLUDING EXCAVATION AND BACKFILL (WHERE REQUIRED): ITEM 5.2 OPEN CUT HIGHWAY CROSSING. INCLUDING 24" STEEL CASING 0.344" WALL THICKNESS AND 347' OF G" DUCTILE IRON PIPE CLASS 51, PLUGGED EACH END AND CASING MARKER DETAIL AT EACH END, INSTALLED COMPLETE: METHOD OF MEASUREMENT: Completed and accepted work performed under this item shall he measured by the linear foot. BASIS OF PAYMENT: Completed and accepted work performed under this item when measured as described above shall be paid for at the unit price per linear foot bid in the proposal, said price to be full compensation for all trenching, backfill, compaction, casing, pipe, bedding, carrier pipe (if required) utility location, welding to existing casing (if required) and incidentals necessary to complete the work. ITEM 1.1 BORED HIGHWAY CROSSING INCLUDING 24" STEEL CASING 0.344" WALL THICKNESS AND 337OF 12" CLASS 51 DUCTILE IRON PIPE INSTALLED COMPLETE: ITEM 3.2 BORED HIGHWAY CROSSING. INCLUDING 24" STEEL CASING; 0.344" WALL THICKNESS AND 237' OF 12" CLASS 52 DUCTILE IRON PIPE, INSTALLED COMPLETE: C • Completed and accepted work performed under this item shall be paid for at the price per linear foot bid in the proposal. This item shall consist of installing a specified diameter bared steel casing, as specified, including boring pit, labor, materials, area cleanup, etc. necessary t❑ complete casing installation as specified. Specified ductile iron pipe shall be installed and paid for under this item. E>:isting utility loe_ations should be carefully examined and located. ITEM 1.2 12"X12"TAPPING SLEEVE AND GATE VALVE, INSTALLED COMPLETEIN PLACE INCLUDING THRUST BLOCKING: ITEM 3.6 24"X 12" TAPPING SLEEVE AND GATE VALVE, INSTALLED COMPLETE IN PLACE, INCLUDING THRUST BLOCKING: ITEM 3.7 B"XB" TAPPING SLEEVE AND GATE VALVE INSTALLED COMPLETE IN_PLACE. INCLUDING THRUST BLOCKING: METHOD OF MEASUREMENT: This item shall include the costs necessary to install the size sleeve and valve shown on the existing waterlines, complete in place, including materials, labor, concrete thrust blocking, tapping machine rental (if any), and machinery, etc. Work • completed and accepted under this item shall be measured by each size tapping sleeve and valve, installed complete. BASIS OF PAYMENT; Payment will be made at the unit price bid for each tapping sleeve and valve of the various sizes. ITEM 1.3 DUCTILE IRON MECHANICAL JOINT FITTINGS, COMPLETE IN PLACE. INCLUDING RETAINER GLANDS AND CONCRETE THRUST BLOCKING ON ALL FITTINGS AND 6 MIL POLYETHYLENE WRAP: ITEM3.8 DUCTILE IRON MECHANICAL JOINT FITTINGS COMPLETE IN PLACE. INCLUDING RETAINER GLANDS AND CONCRETE THRUST BLOCKING ON ALL FITTINGS AND 6 MIL POLYETHYLENE WRAP: METHOD OF MEASUREMENT: This item shall consist of furnishing and installing all fittings, as called for on the plans or required to properly install the pipeline. Thrust blocking shall be included under this item. Payment will be made at the unit price bid per pound of fittings. SC -17 ITEM 3.9 FIRE HYDRANT ASSEMBLY INSTALLED COMPLETE IN PLACE INCLUDING VALVE, TEE. RETAINER GLANDS AND THRUST BLOCKING: This item shall include the furnishing and installing of the fire hydrant, 6" valve and box, 6" piping, tee, excavation, backfill, concrete cap around the valve box, granular material far hydrant drainage, and all incidentals necessary to complete the hydrant in operating condition. Blocking for the hydrant shall be 7 nCI u riprl w] th this item. Fire hydrant barrels shall be painted white and have reilectnrjaed glass beads. Payment will be made at the unit price bid for each for each fire hydr ant. ITEM 1.5 ROCK EXCAVATION INCLUDING OFFSITE DISPOSAL COMPLETE: ITEM 2.4 ROCIEXCAVATION INCLUDING OFFSITE DISPOSALS COMPLETE: ITEM ITEM 3.10 ROCK. EXCAVATION INCLUDING OFFSITE DISPOSAL, COMPLETE: ITEM 4.4 ROCK EXCAVATION, INCLUDING OFFSITE DISPOSAL COMPLETE: ITEM 5.3 ROCK EXCAVATION. INCLUDING OFFSITE DISPOSAL COMPLETE: METHOD OF MEASUREMENT: • Upon striking solid rock, the overburden shall be removed and the Engineer notified. Cross sections of the top rock shall be taken. When the trench is down to six inches (6") below flowline grade, and before backfilling begins, the Engineer shall be notified and levels shall again be taken. The width used for computation of rock quantities will be the actual width excavated up to a maximum width as set out below: 0 PIPE SIZE MAXIMUM WITH OF TRENCH ALLOWABLE 6" to 15" incl. 30" 18" to 21" inr_l. 36" 24" to 27" incl. 42" 27" to 30" Incl. 54" BASIS OF PAYMENT: When a rock quantity is shown in the Bid Schedule, the quantities shall be established as outlined above and shall be paid for by the cubic yard price which shall be full compensation for all rock excavation, matting, dynamite blasting and all tools, labor, equipment, and incidentals required to complete the work. SC -18 ITEM 3.11 GRANULAR PACKFILL FOR STREET CROSSINGS COMPLETE • INCLUDING DISPOSAL OF EXCAVATED MATERIAL: This item shall include the furnishing of the necessary granular backfill, placing it in the trench, compacting to 95% modified density, loading, hauling and disposing of the excavated material, and all equipment, labor, and incidentals necessary to properly install the granular backfill at the locations speci{ied by the Engineer. Payment for this item will he made at the unit price hid per linear foot of granular backfill. ITEM 1.6 CLEARING AND GRUBBING3__COMPLETE INCLUDING DISPOSAL OF ALL TREES. BRUSH AND INCIDENTALS: ITEM ?13 CLEARING ANP 6RUBPING COMPLETE INCLUDING DISPOSAL_ OF AL] TREFSs_BRUSH3 AND, INCIDENTALS: ITEM 5.4 CLEARING AND GRUBBING, COMPLETE INCLUDING DISPOSAL OF ALL TREESI, BRUSH AND INCIDENTALS: METHOD OF MEASUREMENT: This item shall consist of clearing, removing, and disposing of all trees and debris as necessary within the utility line for the • construction of the line to the grades shown on the plans. This work shall include the preservation of vegetation and objects outside of the clearing limits. The Contractor shall preserve all things designated to remain. Paint required for cut or scarred surfaces of trees or shrubs to remain shall be furnished and applied by the Contractor at his expense. Trees shall be felled and removed in such manner as to avoid injury to other things or persons. Measurement shall be by the lump sum. BASIS OF PAYMENT Work completed and accepted under this item and measured as provided above shall be paid for at the lump sum contract price bid for clearing; which price shall be full compensation for furnishing all tools, labor, and incidentals necessary to do the work. ITEM 2.8 12" DUCTILE IRON CLASS 51 STUBOUTS INSTALLED COMPLETE IN PLACE, INCLUDING 3' OF 12" D.I. PIPE AND 12" DUCTILE IRON CAP: This item shall consist of installing said stub -outs and plugs for future sewer line extension. Plugs shall be "Fernco Quick Seal Bell Plug" or equal. Lines shall be laid on minimum grade. Payment shall be for each size stub -out and plug installed according to specifications. • SC -19 ITEM 2.6 CONCRETE MANHOLES STANDARD U'-6' DEPTH, COMPLETE IN PLACE. INCLUDING RING AND COVER WITH 6" THICK WALLS: ITEM 2.7 CONCRETE MANHOLE, DEPTH ABOVE 6WITH 6" THICK WALLS COMPLETE IN PLACE: ITEM_4.5 CONCRETE MANHOLES. STANDARD O'-6' DEPTH, COMPLETE IN PLACE, 1NCL_UDING RING AND COVER WITH 6" THICK WALLS: ITEM 4.6_ CONCRETE MANH11[ FL DEPTH ABOVE 6_s _CO 1Fi FIE IN PL ACF _WITH 6" WALLS: ITEM 4.7 CONCRETE MANHOLES, STANDARD O'=6_ DEF__TH1 COMPLETE IN PLACE, INCLUDING RING AND COVER WITH B" THICK WALLS: ITEM 4.8 CONCRETE MANHOLE, DEPTH ABOVE 6', COMFLETE IN PLACE WITH 8" WALLS: METHOD OF MEASUREMENT: Completed and accepted manholes will be measured by "each" manhole constructed up to 6' of vertical height of the type and size noted on the plans and in the proposal. Any height over 6'shall be paid for at the cost bid per Vertical Foot. The height manhole shall be measured from the flow line to the top of the ring and cover as established by the Engineer. 0 BASIS OF PAYMENT: Work completed and accepted under this item and measured as provided above shall be paid for at the contract unit price bid each manhole 0-6' tall of the type and size shown; which price shall be full compensation for furnishing all materials, includ- ing manhole rings and covers, and constructing the manholes; for all excavating and backfilling; and for all equipment, tools, labor, and incidentals necessary to complete the work. Any manhole built over 6' tall will be paid for the additional footage over 6' tall at the contract price bid for each vertical foot. ITEM 3.16 2" APCO 144 AIR RELEASE AND VACUUM VALVE ASSEMBLY INSTALLED COMFLETE INCLUDING MANHOLE, PIPING, AND INCIDENTALS, INSTALLED OVER WATER PIPE; METHOD OF MEASUREMENT: Completed and accepted air release air -vacuum valve assembly, installed complete off-street shall be measured by "each" 40 SC -20 assembly installed according to detail #7. Said assembly shall include trench, baLkfill, tap, corporation stop, approved 2" service line, extra depth required on watermain if any, APCO #144 • valve, approved manhole, and 2" Meuller curb stop. BASIS OF PAYMENT: Completed and accepted air release and air vacuum valve assembly measured as described above shall be paid for at the contract unit price bid for each assembly; said price to be full compensation for all materials, labor machinery, and incidentals ne:.essary to complete th]s wort. • 0 SC -21 TECHNICAL SPECIFICATIONS INDEX DIVISION 1 GENERAL REQUIREMENTS ABBREVIATIONS PAYMENT REQUEST APPLICATION FOR PAYMENT DIVISION 17 SEWERS SEWER LINES SEWER MANHOLES DIVISION 18 WATER WATERLINE ONSITE - CITY OF FAYETTEVILLE 1 TS -1 TS -2 TS -3 TS -1701-1 THRU 28 TS -1702-1 THRU 4 TS -1803-1 THRU 22 iDIVISION 1 GENERAL REQUIREMENTS ABBREVIATIONS The following is an explanation of the abbreviations which are used throughout the Specifications. 1. AASHTO - The American Association of State Highway and Transportation Officials, the successor to AASHO. 2. ASA - The American Standards Association. 3. AISC - The American Institute for Steel Construction. 4. ASTM - The American Society for Testing and Materials. 5. AWWA - The American Water Work Association. 6. MBMA - The Metal Building Manufacturers Association. 7. RPM - Revolutions Per Minute. • 8. AWS - The American Welding Society. 9. AREA - The American Railway Engineering Association. 10. - The National Electrical Manufacturers Association. STANDARDS Where reference is made to specifications such as ASTM, the latest edition shall be used and shall be considered a part of the specification. C COPYRIGHT © 10 CRAFIOH. 11111.1 ATSOCUTU. St TS -1 0 PAYMENT REQUEST 1. General: Except as otherwise indicated, sequence of progress payments is to be regular, and each must be consistent with previous applications and payments. It is recognized that certain applications involve extra require- ments, including initial applications, applications with request for payment of stored materials, and final payment application. 2. Payment Application Times: The "date" for each progress payment is the first day of each month. The period of work covered by each payment request is period ending the last day of the preceeding month. 3. Payment Application Forms: Use forms for which examples are included at the end of this division. TS -2 COPYRIGHT © JM1 CRAFTOH, TOLL I ASSOCUTES, Alt 0 APPLICATION FOR PAYMENT NO. DATED TO: PROJECT: OWNER'S PROJECT NO.; ENGINEER'S PROJECT NO.; FOR WORK ACCOMPLISHED THROUGH THE DATE OF; Accompanying Documentations Gross Amount Due $ Less X Retainage $ Plus Material Stored $ Total Amount Due Contractor S Less Previous Payments $ • Amount Due This Application f CONTRACTOR'S -CERTIFICATION: S (OWNER) The undersigned CONTRACTOR hereby swears under penalty of perjury that (1) all previous payments received from the OWNER on account of work performed under the contract referred to above have been applied by the undersigned to discharge in full all obligations of the undersigned incurred in connection with work covered by prior Applications for Payment under said contract, being Applications for Payment numbered I through inclusive; and (2) all materials and equipment incorporated in said Project or otherwise listed in or covered by this Application for Payment are free and clear of all liens, claims, security interests and encumbrances. DATED By: im Contractor Title: TS -3 COPTRICHT © 111$ CSAROII, TILL L ASSOCIATE; s1 • >- I.- 0 t3 ^'1 U .+ z N O O CJ O O O M o 0 0 O O O O O O Z�C — O O O O o a 0 ^ - N .— L1 - Lfl N N N N N n • C or C j d U O r n o C� <z F rIl aIF 0- 4 a CL FL:C • - a CLL F < W • oat, F yL'• U Z < G N 11 . V a4 C tC o; C, .-' - y 1, tC .-- • C a •H u C ., s. 'J •� V Y N Y [; w C J Y f-i U r .... Ni C YI 0 -is I• V. > f. —t '1.i Y ti ¢ r . O G .-. •r O V C. C •n Ol C E G V L ,- ,C --I O O F CU 'l• U tC •C u CU .-� .r U 0 V V Y CV) 4_i.- G L Z •-� > Ir U G. r Y C C •� C Cl rL r' t U - �, C C. ce c: O C O Y •-1 a+ E tC Cd Y a u 3 0 •- a Gj'O-4 v J .- V Y X R C r C G fl ,4r t,-4 a C CJ C G1 .ti If X> .a fl.CC C cC 0. C SC = a v C q r-40 u E cy = E co V s o O N •r_ N OC O C -� N cp C 7 C ,-I C N C .-I O+ 0 -�•i r ..C. -1C__4_) cq U u > . r o u tc 0 .. u _c a U v •r• • O •-'c N M d c/1 .O n • • • • -z N z C La - 0 0 Q o O O O p�r-w O O O O O c o • O O O Zia O • C O a of in en o o v� N N N N N N F�W F � OU o F �I�ZSSU Y < w F FZ I C^^ V V FC:J y- nIF - Cl' • V MryM l 1 K V 3 x F < W cc, U K ZFZ c0 .. o Z 6 N M N N, 8: - c F 1 y a u .-. j u 3C - C u u - v r, .cC u r -U- .. .o - c c u I • y L. "J, O u y C G .-I 4 •-I e c •4.l r . a a u E N 5 a s CC .r. •r • y C y u o y. CCt {+1 C L d .J -O O .0 4 C .--I -1 1.. (t .Q •C .d U T} t 4: d y .r U t U U U Q) U CG) .-. c U .53 •p (V G, d r. O yr. C tC C -4 a+ G 0-,. y U C c, G- O U R a 0 -1 C O 3. .' c^, C C) u: . .-+ 3•y a •� N ec •c c u O o y o ~ rd E W d •� •• Z �" U •r R O i r4 a, o a- C O1 G C O O te+... yl U U 1! O ct U L G� r ri y Cut C .- c - d E o •av- 0. L •-i E y o u U y «, y N d U '. �, U .- r-1 + r-1 % r, C V C L U Q U J '. U y G o u l a w. y .a L a U y 7— U U o U C G .. 1. ¢ ti rJ •C w O O u I .r -J O '.. Vl C a h J -i L U 1' x a U: b 0 U iJ O- - T. t o OU v h C P. Ct O, -I X •- G U OO N C- N o` .rI N -. N M .Y v1 .O N- CC N N N N N rV El U- 0 C' C) O O z < t Gf• O O O• O pCNU O CO O O O o o O HF In O O Zx • -sLn • .O ^ O Cu 0 lfl N ..n S FY W cep � O U O F 37.0 rzz C^ r C U a I V C. �v. FG:C [xC� C� C • Z ogv. ia }> U C- �. Lt C F .n n . -r •..., O F ZZ M M O M o N M C M N N U C M F I • I -I- 1 a � • �y W rl -: f L I u o •.+ t r c) U W C J: l+ R G .—I r- U v .. 1. u C l+ yr .,a :r.-• >C Cd U •N r fY :y U i Y • • U • - r 6: V Y ;J G 11 N Z- • 'J, Q. •d R c, 0. CJC c-4 u OL C u1 u cc C > C J R! C N C 3 ] R• C • Cr V W F a6 C c u i U >•C G•C ofJL'E .-r a n.i •'•� :. U C H tc O (C -d C EH U W U U J; L y C •.� --1 f, u O M H Ow C +3 H U L L C {.. 0 J N ci ctl l+ • U VS O V 4 J 0. b rl b --I If, Q, U C O C V, 3 J v u o- u 1. -� u u E C R G .-• C V 'i V •s - • •CJ H G. C CJO •-4 E •-1 8t p..,-4 H a z Z of la d '+ >. 4 N .-+•n E C, Y+ u P0 C E CE O u �7 :^ 3 C -+ H a; 0 1. u COO .N C ,Y U C o p.1 •'-1 :C .! M N CJ „ •.- C1'y .r U l+ - fC O R U O L U 'C p• 'C -'1 3 O N L O V: J • - pa OC U¢ a N • li u a u G U H b:. C -+ C : - -=1 J .. Cl m ,', H t O •rl u - .rJur4CW -N w ty u H u •C H U •- - u G ¢ n C, U C R - U. t- 4 ..+ U - V. 4 .j U O N .rl -+ H O r M •N G. L M •.i (N C u V % R C - C H -•r C 4a w p Uc'JcLC C: N RN .--. ••♦ , �.- N •r- 4-)) ccl.,-4 .-^. J 7 O W IJ w _ W Di •-� N r .7 I of 2 M M M M MTc4 M M M i ri Ir I i 0 0 G a o O U O pFL• • O O O O O O O H~ • O O O yK • cc O O LA O 0. N- Lf\ U N I- <O V -. -? N N N N N N N F ia: C F I Co O F ne G6 wF -cc �Qlk T-V` a G cr - OC y 7 •-a G IL• . CZ O 11 U s H Z - LflNJ O �^ .• o� N cc- - 2W • (C I — a. C .., C V. G> G rJ L (J +' �, E x a Cu .� r ., L C+ C.3 c .. > :.. f-i G .-. 1. -. >OO E .• 7 v, r C. O • v C > v+ (, Sa w W L: E U c, m ,A > > S .-I c, OO O a E p; F •� -i u G C w p. U JO U •� -4 - 0C C c m E u c0 •a .+ u r ' • --1 .a •y a u N 0[ G. (Oat,- 4. lVC V; U .0r4 L > C C x m s r - Z u rJ CC) u U .. v. V Ol o C C .'i • Ct C m w tc cJ •X C L 0 U H }+ ..+ :tl .-+ G fp C L o N T a, U % a+ cE u cC G C L'J C :.J C u C m y fJ G rS .c. C d d I :J C G. U op a oO C C E O L E O - O HCQU DC N O •�r4r4 C . Eu w u s4 a u O u E E t� O cJ v ++ w C u P ¢ u�i -C = C> m — - M M M M • M M M z 0 W ~ Q � f � d C � J d U p C Q �p.•� 4 Q c O } u U Y 2 t/ 1-.I Ii 0 z IC I C G F o UC o C 0 C o 0 o0 ZEW o ° o C C o a • N .o • o •0 co -- .n 1 n O N W p _ .•--.. N N N N N N In N F �r• h: . F F C [i CUO C U Y._ O F Z U CCC If -=o C 1v a • v, i F -v C .-. I-c 0v 0 -IL H'-IZI- < W F U F� F a0 0C C to .-. Lfl F Z I` ^ N N —4 C — - pZp C7 C 1 F • Pa w r w w • ac x r. . 'C V. 'DC • U I I •.-. V N u •� �� .a u U r. O U ., > ..,Va �; > 3 G 3 Y :J U, w �. •C .-- L L 3 r — ., 'c - 'V j0 -i r -I • y On I U i c C U ;. V L S r- -1 ai G. :J G• L U G U - C (. U v • .C i C 3 C• 0, O al O .-I a, d ti • Y L C.0 .... u .L .-I V s C. 0. U V 3 v; a• Y •a 3 -1 I-+ ItI• r ^ N O1 G G u a• D/ x •rf ,• U :l: C = a. N C _Q•) O N Y L 'ca z 'O G W Y y w .. Y u .-� 0 m V u U. L N c t4 C C ro w y' C U r Q U O --I 0) O Y+ »+ O la 'a V O N CC): Or 03)C L 0.-I C. L L Oc x L b& "o C7 •.• CL Y v7 ^.. C• L Y Y L G z ec E al -- •-4 u .o Y E c u o i J �' 3 C 3 L •-�+ coi 3 a, u .c, v > u E a E E a E y Y T • r1 r• a) .1 u C CI y o u u u m o O, u C. H "U' U ri r-1 Y r1 a; Y r-1 M X J O> 4-1.-i uO> Y L U U ,-..-4 V .--1 Y 0'-%l-4 . [i N a) C U G C, 0 U L. r -I tC w ^> ty T.. 7 tt •rl > 0 L -C U L .--I i+ _t0 L '� In C a1 Y •f L Y •a LI U tC x d v Y U 04-i 00. w u C, C u V,;: ¢ u u v m c aCE CO _ CD - :0.x 0r1 O Cl C CC c Chi C 0 O ✓: -.+ L W -H .-+ 00 •� t➢ W K -U O •a tC U U Z^' N M d ✓1 n OC C 6 z N 7 O C O O J W s Ci O 0 z G I • 0 to O O O Co O O O O •O O O O O O O C a O b O CO - LC V N N \ n - N (a N - - • -����� N U, E- -- w � � r • 1 c0 L) O F V flu •G� 7 z c y F'- v mil — �V. Q:- cr - Vl 3 E F G w . oCz v. G EC V C E- Q h en QZp r C r I •'- • W >' U. :n V . w w - ci ,a • -J, •-• G •-1 u V — .ly �. ('.. r!.I '� J G n ...• ..� V1 V cl d G E C fl + r ai Ci :, :r. s E (J v: R • x t E E O w •J (r (i u r: R c V C V 0L C .• I - '- E E r+ • a c x G• C G G O —I •r U -.a u E n U V • ',-CCCW Ti n •� 4: O r U . v .. r z x ..r ct ti, a ..• r c v R U ..• U a .� a w U R U V JL d u 1+ I-.- V u Ci. R• U 0. d 2 .'-I c t ••CJ ci -44. d �l U u C N S. u ., w o c. R a 3- v G ci F .- u y O O_u u c O1• >•+ E G E d • - y N C z o +tat + I (:) T d E .••• U Q U (. L .--. ('1 J C.1 U ab '.J •--1 V. V Cd Ct b • n W 4-Ot V •-i .cc u u '„4 4J u o CC) u U 4 .' C •9 'a X q C r N C •-• U c U U . r C C V V U • .• U •- -• (•3 o w a C O Vl t4O U J- -p p; C •.+ aC 0C x R ('SR. -4 J [C L u. G C b a d v, C u u OU ¢ u :C C Q C- U - G CJ •--I R (y •c O .� i--1 -N G G C O a0 •r (" 1 w 00 -+ -C U C Ua O R W 'a O-O.H H C V r O • a+ -z cn cn n County of Benton State of Arkansas Before me on this day of , lq_, personally appeared known to me, who being duly sworn, did depose and say that he is the of the (office) CONTRACTOR above mentioned; that he executed the above Application for Payment and statement on behalf of said CONTRACTOR; and that all of the statements contained therein are true, correct and complete. Notary Public My Commission Expires COPTRIGNT © 1W CRAFTON, TULL I ASSOCUTII. WC. TS -4 DIVISION 17 - SEWERS ITEM 1701 SEWER LINES 1701-1.0 DESCRIPTIONS The work shall consist of installing sewers of the various type, weight, classes and/or designated working pressures set out in the Proposal. 1701-2.0 MATERIALS: All pipe shall be of the type, weight, class and/or designated working pressure shown on the plans, set out in the Detailed Specifications or as set out in the Proposal and accepted by the Owner. The Contractor shall, unless otherwise specified, furnish all material, equipment, tools, and labor necessary to do the work required under this contract and unload, haul, and distribute all pipe, castings, fittings, valves, and accessories. A. Plastic Sewer Non -Pressure Pipe: J (1) P.V.C. sewer pipe and fittings shall conform to the applicable requirements of the latest revision of ASTM specification D-3034. The plastic used shall have a cell classification of 12454-B as defined in the ASTM D -17B4. (2) The standard joint type shall meet ASTM D-3212, and the gasket shall meet ASTM F-477. Bells shall be integral type bell. (3) Pipe sections shall not exceed 20 feet in length. All pipe sections shall be straight and true in alignment. (4) Pipe and fittings shall be tested in accordance with ASTM specifications D-2412, D-2152, and D-2444. C (5) A written agreesent shall be made between the purchaser and the seller making certification the basis of acceptance of the material. This shall consist of a copy of the manufacturer's test report or statement by the seller, accompanied by a copy of the test results, that the material has been sampled, tested and inspected. Each certification shall be signed by an authorized agent of the seller or manufacturer. TS -1701-1 COPnIGHT © na CW10N, TUti & ASSOCIATES, W4 • B. Plastic Sewer Pressure Pipe: Plastic pipe for sewer lines shall be unplasticized PVC semi -rigid pipe of the type (SDR) or (DR) shown in the Proposal. All materials shall bear the stamp of approval from the National Sanitation Foundation for handling water. Pipe shall have an integral bell and spigot type joint. The joints shall be of the rubber ring type conforming to ASTN-D1B69. The pipe shall be furnished in twenty foot (20) lengths maximum with random lengths ten (10) feet long. All pipe and fittings shall be made from clean, virgin, Type I, Grade 1, PVC in accordance with ASTM Resin Specification D1784 as amended and/or revised and in accordance with the ASTM 02241, AMMA C 900, and product standard PS 22-70. . The pipe shall meet the following physical and chemical requirements at 73• F., (+/-3- F.) Buick -Burst Test - Randomly selected samples tested in accordance with ASTM 1599-62T method shall withstand without failure a pressure of 640 PSI (8,000 lbs. hoop tensile stress) applied in 60 to 90 seconds. One specimen shall be run per shift per extruder. Sustained Pressure Test - Randomly selected samples tested in accordance with ASTM 1599-62T method shall withstand without failure a pressure of 640 PSI (8,000 lbs.) hoop tensile stress) applied in 60 to 90 seconds. One specimen shall be run per shift per extruder. Sustained Pressure Test - Randomly selected samples tested in accordance with ASTM-5ST shall withstand without failure for 1,000 hours a pressure of 400 psi (5,000 lbs. hoop tensile stress). One specimen shall be run every 500 hours per extruder. Acetone Immersion Test - One (1) inch wide rings cut from randomly selected pipe shall be placed in a sealed container of anhydrous (99.51 pure) acetone. There shall be no visible walling, cracking or splitting after two hours exposure (swelling or softening is not a failure). One specimen shall be run per hour par extruder. COPYRIONT © W!) TS- 1701-2 CRATTON, TOLL i AfSOCUTE; eL Vice - Two (2) inch wide rings cut from randomly selected pipe shall be placed between two flat parallel • plates and compressed in less than one minute until the inside faces touch (100% flattening). There shall be no visible evidence of splitting, cracking or shattering. One specimen shall be run per shift per extruder. Drop Impact Test - Six (6) inches long randomly selected pipe sections shall be placed horizontally in a 'V' block (including angle 40�) and subject to a single impact load from a freely falling missile having a 1/2 inch diaaeter rounded 1 inch long nose. There shall be no visible evidence of shattering or splitting (denting is not a failure) when the following energy is imposed (6 sections shall be run per shift per extruder). Nominal Pipe Size: 1' 1-1/4' 1-1/2' 2 3' SDR-21 Foot - Pounds: 18 20 27 37 67 Nominal Pipe Sizes 4' 6' 8' SDR-21 Foot - Pounds: 86 100 100 Nominal Pipe Size: 4' 6' 8' 10' 12' DR -18 • Foot - Poundss 120 120 120 120 120 For static pressure in excess of that shown above, the standard dimension ratio and pressure class shall be in the proposal. The manufacturers of all plastic pipe angst be a member of the plastic pipe institute or AMMA and shall have manufactured the pipe and joint for a period of not less than five (5) years. Fittings for PVC pipe shall be cast iron mechanical joint unless specified otherwise. The Contractor shall provide the Engineer with submittal drawings of all proposed fittings for the Engineer's review and approval. Each shall meet ANSI 21.10 and A21.4 specifications. C. Cast Iron and Ductile Iron Pipe and Fittings: Cast iron pipe shall conform to the latest revised AMMA Specifications C1O1 or ANSI A21.1. Pipe shall be designed for ten (10) feet of cover minimum, trench condition '8' and shall have minimum tensile strength 0 T5- 1701-3 COPYRIGHT © )son CRAFTUN, TULL & ASSOCIATt R, of 21,000 psi and a minimum modulus of rupture of 45,000 psi unless specified otherwise. Pipe shall be suitable for a working pressure of 300 psi. The minimum nominal metal thickness for cast iron pipe shall be, unless otherwise specified in the proposal, Size of Pipe Minimum Nominal Thickness Class 4' 0.35 22 6' 0.35 21 BE 0.35 20 l0' 0.41 21 12" 0.44 21 14' 0.51 22 16' 0.54 22 18' 0.58 22 Ductile iron pipe shall be in accordance with ANSI Standard A21.5O or AEAEA C15O and C-151. Pipe shall be designed for ten (10) feet of cover minimum, type "2" laying condition unless specified otherwise. Pipe thickness and class shall be as follows: Size of Pipe Minimum Nominal Thickness Class 4' 0.26 51 6' 0.25 50 8' 0.27 50 10' 0.29 50 12' 0.31 50 14• 0.33 50 16' 0.34 50 le• 0.35 50 Pipe shall be cement -lined conforming to the latest revision of ANSI A21.4 or ANNA C1O4. Fittings shall conform to ANSI A21.1O and ANNA C11O and C111 and shall be cement -lined conforming to ANSI A21.4. All fittings shall be mechanical joint. D. Acrylonitrile - Butadiene - Styrene (ABS) Composite Sewer Piping (Truss Pipe) Acrylonitrile - Butadiene - Styrene (ABS) Solid Nall Sewer Pipe and Fittings ABS composite pipe shall conform to ASTM Designation D- 2680. Minimum pipe stiffness (F/Y shall be 200 PSI. CA TS -,1701-4 COPYRIGHT © 118$ CRATTON, TULL & ASSOCIATEI,R(C+ ABS Solid Wall pipe shall be either SDR 35 with a minimum stiffness (F/Y) of 45 PSI or SDR 23.5 with a minimum stiffness of 150 PSI. ABS Solid Wall pipe shall be manufactured from Virgin Acrylanitrile- Butadiene-Styrene conforming to ASTM Designation D- 1788, and may be used for service lines only. FITTINGS: All fittings for ABS composite pipe shall conform to ASTM Designation D-2680. Either tee or wye saddles or factory made tees or wyes may be used. A rubber gasket shall be placed around the pipe near the center of the manhole wall as a waterstop. JOINTS: All joints shall be made with solvent and cement in which the pipe solvent cements into a coupling socket to form the joint closure. E. Vitrified Clay Pipe: Vitrified clay pipe shall be plain end pipe conforming to the extra strength requirements of ASTM C-700, latest revision. Pipe shall be joined using a compression sleeve manufactured to conform to ASTM • specification C-425, latest revision. CONNECTING DISSIMILAR PIPE MATERIALS: Suitable adapters shall be used for joining dissimilar materials or for repair of similar materials and shall be of either the insert type or the banded coupling type. The adapter and band material shall be of materials which will pass the strength and chemical requirements of the current ASTM Designation: C-594. All banded maintenance couplings and adapters shall bear the manufacturer's identifying mark and size. F. Sewer Service Lines: Wyes, tees and other sewer service line pipe and fittings shall be of the same materials and meet the same specifications as the mainline sewer line unless specified otherwise. All fittings shall be manufactured by or approved by the mainline sewer pipe manufacturer, unless specified otherwise. Where specified, cast iron no -hub soil pipe meeting ASTM A-74 connected by a stainless steel no -hub ASTM TS- 1701-5 COPYRIGHT © 1W CRAFTON, TOu & AS3OCIATE% ML ED A-74 connected by a stainless steel no -hub coupling assembly shall be used. 6. Sewer Air Release Valves; Sewer air release valves shall be a 2" Apco 400 or equal unless specified otherwise. H. Sewer Air Release Vacuum Valves: Sewer air release, air vacuum valves shall be a 2" Apco 401 or equal unless specified otherwise. I. Seal Manhole Ring and Cover: Seal manhole rings and covers shall be Neenah R -1916-F or equal unless specified otherwise. 0 L] TS -1701-6 COPTRICIFT © ,n CRAFTON, TULL & ASSOSUTES, ML i 1701-3.0 CONSTRUCTION METHODS A. Planning and Execution of Work: The construction work included under these specifications, shall be so planned and executed that the various portions of the work will be carried on concurrently and the whole completed within the time allowed. The Contractor shall coordinate with the Owner and Engineer and when requested by the Engineer shall complete certain sections of the system and put them in operation prior to completing all the work. FIGURE 33 - TRENCH CROSS-SECTION SHOWING TERMINOLOGY I TS -1701-7 P rl.rl ,.r.l ltl ruc.' 1 '�• r 0 Aw Sill COPTRIGHT © IM CRUTCH, TUL1 i ASSOCUTES, CI, B. Excavation - Trenching: DESCRIPTION: All excavation shall be carried accurately to the line and grade shown on the Plans or as may be established by the Engineer. When excavation carried below or beyond that required, except upon authorization by the Engineer, that space shall be filled with selected material as approved by the Engineer properly compacted, or filled with concrete in accordance with the Engineer's instructions. No claim for additional compensation shall be made unless the Engineer has so authorized the over -excavation in writing. All excavation shall be dewatered before any construction is undertaken therein. Concrete shall be placed only upon dry, firm foundation material. The Contractor's attention is called to his responsibility for determining, by boring or other means satisfactory to him, the trenching and excavating conditions expected to be encountered during the construction work. Sewer lines shall be laid only in dry ditches by using adequate and efficient dewatering methods. • 1. Unclassified Excavation: Unclassified excavation shall include all types of excavation, both rock and common, with no distinction made between the two. The Contractor will be required to excavate an additional 6" in depth below invert grade if rock is encountered. Unless a rock quantity is shown in the bid schedule, all excavation shall be considered as unclassified excavation. 2. Classes of Excavation: a. Common: Common excavation shall include all kinds of earth, water, quicksand, soils, sand, clay, shale, loose rock, disintegrated chert, rotten sandstone and boulders found in the trench measuring one-half (1/2 cubic yards or less. No additional payment will be made for water or unexpected obstructions encountered in the excavation. The bidder should determine for himself the conditions TS -17O1 -B COPYRIGHT © IN CRAFTON, TULL i ASSOCIATES, WC1 that will be encountered and include such portions of possible additional costs in his unit bid price that may seem to him to be advisable. Information and data furnished or referred to concerning the underground condition to be encountered are not intended to be representations or warranties, but are furnished for information only. It is expressly understood that the Owner will not be responsible for any interpretation or conclusion drawn therefrom by the Contractor. b. Rock: Rock excavation shall include all solid or stratified rock or shale in place that cannot be excavated efficiently by hand, power shovels, or draglines, well operated by skilled operators, without continuous and systematic blasting, and also all boulders or rock fragments 1/2 cubic yard or greater in volume. "Excavated efficiently", as used in this classification, will be interpreted to mean that where formation rock can be excavated at a lower cost per cubic yard of useful excavation by blasting, barring, or wedging, it shall be so excavated and will be classified as rock. If the Contractor elects to blast material other than formation rock, he may do so, with the approval of the Engineer, but such material will not be classified as rock. 3. Sewer Trench: In order to avoid superimposed loading in excess of that of the designed and specified pipe strength and to provide sufficient room for proper installation and bedding of sewer pipe, the trench width for the pipe sizes shall be kept within the limits specified below: 0 TS- 1701-9 COPYRIGHT © I* CRATmK Tun $ A20CLTq Nit, Inside Pipe Diameter Maximum Width of Trench at Top of Pipe 0 12 12" 1B" 24" 30" 10" 27" 15" 33" 21" 39" 27" 45" 36" 54" If it becomes necessary to reduce the earth load on the trench banks to prevent sliding and caving, it will be permissible to cut the trench banks on a slope above an elevation two feet (2') above the top of the pipe. The specified maximum width at the top of the pipe shall not be exceeded, except at points where the combined superimposed earth and live loads on the pipe are sufficiently low to permit an increase in trench width as authorized by the Engineer. Except where special bedding is required and except as specified herein, rough excavation for sewers shall be carried to a point slightly above the finished grade as established by the Engineer. Immediately prior to installing the pipe, the bottom of the trench shall be accurately graded to the exact grade requirements. The Contractor will be required to keep the side of the excavation vertical, except as hereinbefore specified. Shoring, if used, shall remain in place until the backfill has proceeded to a point where it can safely be removed, except that, if in the opinion of the Engineer, damage is liable to result from withdrawing sheeting and shoring, it shall remain in place. However, when sheeting or shoring is driven to the depth below the elevation of the top of the pipe, that portion of the sheeting or shoring below the elevation at the top of the pipe shall not be disturbed or removed. Whenever sheeting or shoring is driven for the protection of trench walls below the water table, no portion of such sheeting or shoring below a point four feet (4') over the top of the pipe shall be removed. Excavation for manholes and other appurtenances shall be sufficient to leave not less than twelve inches (12") in the clear between their outer surfaces and the embankment or timber which may be used to protect them. The excavation of sewer trenches shall not advance more than three hundred feet (300') ahead of the completed TS- 1701-10 COPTRI HI © 113 CRAFTOH, TULL i ►SSOcu11; ING work and backfill, except by permission of the Engineer. A disregard of this instruction shall, at the discretion of the Engineer, result in written notification that further excavation will not be considered for payment, until the pipe laying and backfill operations have proceeded to a point where the above stated condition is satisfied. It is the intent of this Specification that any unnecessary delay in trenching, pipe laying, backfilling, repairing, and maintaining of special surfaces cut, and the proper maintaining of the work following the backfilling operation, without just cause, shall, at the discretion of the Engineer, result in a written notification to stop trenching operations until such conditions are satisfactorily attended to. Trenches for force mains shall be of the width and depth necessary for the proper installation of the pipe. All force mains shall be laid in trenches of such depths as to provide a minimum of twenty-four inches (24") over the top of the pipe unless otherwise noted on the Plans. The cost of all excavation including rock excavation in trench for sewer lines and select material to stabilize subgrade and the required cushion shall be included in the contract unit price or sewer line trench and will not be paid for separately unless a rock clause bid item is shown in the proposal. Areas for disposal of waste material shall be procured by the Contractor at no cost to the Owner. The bottom of the trench shall be accurately graded so that the pipe will be in continuous and uniform contact with, and have a longitudinal bearing on approved subgrade for the full length of the pipe, except for such distance as necessary for adequate bell holes or couplings and proper sealing of the pipe joints. If the soil at the bottom of the trench is mucky or if the subgrade is too soft to properly support the pipe, the Contractor shall stabilize the subgrade as necessary to prevent damage to the pipe. Where blasting is required, all blasting shall be performed in accordance with Section 9 of the Association of General Contractors of America, "Manual of Accident Prevention in Construction." is TS -1701-11 COPYRIGHT © 110S CRAfTON, TULL & ASSOCUTE; UIC. 3. General Backfillt • NOTE: SPECIFIC "PIPE EMBEDMENT" SHALL BE SPECIFIED FOR EACH TYPE OF PIPE MATERIAL. All trenches and excavation shall be backfilled immediately after the pipe is laid using methods which will not disturb the pipe. Material used for backfilling shall consist of the excavation, borrow sand, gravel, or other materials approved by the Engineer, and shall be free of trash, lumber or other debris. When the material excavated from the trench does not yield enough select material at the trench site to meet the specifications for proper backfill and bedding materials, sufficient additional select material shall be hauled from other sources. The Contractor shall provide and install select material at no additional cost to the Owner, unless a bid item is listed in the sewer proposal for select bedding, installed complete. After the pipe work has been approved, trenches shall be backfilled according to the "pipe embedment" specified for the type pipe specified. This bedding . and haunching material shall be carefully deposited in layers of not to exceed four (4) inches in thickness on both sides of the pipe and thoroughly and carefully rammed around the pipe until the backfill has been brought up to the springline, or one-half of the internal diameter of the pipe. The initial backfill shall then continue by hand or approved method with approved selected material to a point twelve (12) inches above the pipe or to a point where the pipe is safe in the Engineer's opinion. The final backfill may then be placed by any approved method which will not injure or disturb the pipe. After settlement occurs, trenches shall be refilled and smoothed as often as necessary until all trench backfill permanently conforms to the surface of the ground. Where subsequent settlement cannot be permitted such as roadways, driveways, parking areas or other areas which must be resurfaced, backfill shall be placed in layers not to exceed four (4) inches in thickness and compacted to the density of the adjacent soil throughout the depth of the trench. At the Contractor's volition, gravel or sand may be used to backfill in areas where subsequent settling cannot be 0 TS -1701-12 COPYRIGHT © tat CRAROi, TOLL i ASSOCIATES, MC, permitted. Gravel or sand used for backfill will not be measured and paid for but shall be furnished by the Contractor at no cost to the Owner unless a quantity is shown in the bid items of the sewer proposal far gravel or SB-2 backfill for street and/or driveway crossings. It is the intent of these specifications that all trenches shall be backfilled, settled, and the ground restored to its original condition as soon as possible after the pipe is installed. Any unnecessary delay in restoring trenches to their original condition shall constitute just cause for stopping all other work until the trenches are so restored. It is also the intent of these specifications that the Contractor shall be responsible for all settlement of backfill in trenches occasioned by the work covered herein. He shall refill trenches as often as necessary to bring them back to original grade during the period when settlement is occurring. Where settlement occurs in streets, driveways, roads or parking areas, the Contractor shall maintain traffic without hazard at all times. Gravel or SB-2 used to maintain traffic in these areas shall not be measured and paid for but shall be furnished by the Contractor at no cost to the Owner, unless a quantity is shown in a bid item of the proposal for gravel or SB-2 backfill for street and/or driveway crossing. . All excavated material which is unsuitable or not needed for backfill shall be wasted or disposed of to the satisfaction of the Engineer. It shall be the Contractor's responsibility to provide areas to deposit waste material and rock. Surfaces shall be cleaned up, all hummocks and piles smoothed down, and the surface left neat and workmanlike. Where existing drainage ditches are disturbed or obstructed with excavated material, such material shall be entirely removed and the ditch left to original line and grade. The cost of all backfill, including all handling of excavated material, pipe embedment, final and initial backfill material, and the disposal of waste material shall be included in the lump sum contract price for sewer trenches of the various depths and will not be paid for separately as backfill. Bedding and haunching backfill material shall be included in the sewer trench costs unless a quantity is shown in the sewer proposal for sewer bedding and haunching backfill, installed complete. 0 TS- 1701-13 COPMGNT © iii CRATTON. TM & ASSOCUTE; tic. D. Pipe Embedment: 1. Cast Iron, Ductile Iron, Vitrified Clay Sewer Pipe Bedding classes A, B, C, or D, concrete encasement, or crushed stone encasement as described in ASTM C 12-74 (ANSI A1O6.2) or WPCF MOP No. 9 (ASCE MOP No. 27) shall be used for all RIGID pipe unless specified otherwise. Class A: This class of bedding can be achieved with either of two construction methods. Concrete Cradle - The pipe shall be bedded in a monolithic cradle of plain or reinforced concrete having a thickness under the barrel of at least 4 inches (100 mm) or one fourth of the inside diameter of the pipe, whichever is greater, and extending up the sides to a height of at least one fourth of the pipe outside diameter. The cradle shall have a width at least equal to the outside diameter of the pipe plus 8 inches (200 mm) or one and one fourth of the outside diameter of the pipe, whichever is greater. Backfill above the cradle and extending 12 inches (300 mm) above the top of the pipe shall be carefully placed. The load factor for Class Concrete cradle bedding • is 2.2 for plain concrete with lightly tamped backfill; and up to 3.4 for reinforced concrete with p=0.4 percent, where p is the percentage of the area of steel to the area of concrete at the pipe invert. Concrete Arch - The pipe shall be bedded in 3/4" to 1/4" crushed stone or rounded gravel bedding material. The bedding shall have a minimum thickness beneath the pipe of 4 inches (100 mm) or one fourth of the outside diameter of the pipe,whichever is greater, and shall extend up the sides of the pipe to the horizontal centerline. The top half of the pipe shall be covered with a monolithic plain or reinforced concrete arch having a thickness of at least 4 inches (100 mm) or one fourth of the inside diameter of the pipe, whichever is greater, at the pipe crown and a minimum width equal to the outside diameter of the pipe plus 8 inches (200 mm) or one and one fourth of the diameter of the pipe, whichever is greater. I TS- 1701-14 COPYRIGHT © 1NOJ CRAFTO ( Mt & ASSOCIATE; Oft. The load factor for Class A-1 concrete arch bedding is 2.8 for plain concrete; up to 3.4 for reinforced concrete with p-0.4 percent; and up to • 4.8 for reinforced concrete with p -1.O percent, where p is the percentage of the area of steel to the area of concrete at the pipe crown. Class B - The pipe shall be bedded in crushed stone or rounded gravel bedding material placed on the trench bottom. The bedding material shall have 957. passing a 3/4 inch (19.0 mm) sieve and 95'/. retained on a No. 4 (4.75 mm)sieve. The bedding shall have a minimum thickness beneath the pipe of 4 inches (100 mm) or one eighth of the outside diameter of the pipe, whichever is greater, and shall extend up the sides of the pipe to the horizontal centerline. Initial backfill from the pipe horizontal centerline to a level not less than 12 inches (300 mm) above the top of the pipe shall be of the bedding material or carefully placed earth. Hand placed backfill shall be finely divided materials free from debris, organic material, and stones. The Load Factor for Class B Bedding is 1.9 Class C - The pipe shall be bedded in crushed • stone or rounded gravel bedding material placed on the trench bottom. The bedding material shall have 958 passing a 3/4 inch (19.0 mm) sieve and 957. retained on a No. 4 ( 4.75 mm) sieve. Shells, pea gravel, sand, native soil, or other locally available and commonly used bedding materials may be specified by the Engineer in place of the previously described bedding materials. The bedding shall have a minimum thickness beneath the pipe of 4 inches (100 mm) or one eighth of the outside diameter of the pipe, whichever is greater, and shall extend up the sides of the pipe one sixth of the outside diameter of the pipe. Backfill between the bedding and a plane 12 inch (300 mm) over the top of the pipe, shall be hand placed finely divided earth free from debris and stones. Class D - The pipe shall be placed on the trench bottom with bell holes provided. The initial backfill shall be finely divided material free of debris, organic material, and large stones. The load factor for Class D bedding is 1.1 CJ TS -1701-15 COPYRIGHT © tat CRAFTOH, TULL & ASSOCUITEI, E Concrete Encasement: • Concrete encasement shall completely surround the pipe and shall have a minimum thickness, at any point of one fourth of the outside diameter of the pipe or 4 inches (100 mm), whichever is greater. The encasement shall be designed to suit the specified use. Crushed Stone Encasement: The crushed stone shall extend to the specified trench width and shall have a minimum thickness beneath the pipe of 4 inches (100 mm) or one eighth of the outside diameter of the pipe, whichever is greater, and shall extend upward to a horizontal plane at the top of the pipe barrel. Encasement shall consist of well -graded 3/4 inch to 1/4 inch (19 to 6 mm) crushed stone or other non -consolidating bedding material not subject to migration. Material shall be carefully placed under the pipe haunches. The initial backfill shall be of finely divided material free of debris, organic material, and large stones. 2. Polyvinyl Chloride Pipe, Composite ABS (Truss) and Solid Wall ABS Sewer Pipe. Bedding classes I, II, III as described in ASTM D 2321-74 (ANSI K65.12) shall be used for all FLEXIBLE pipe unless specified otherwise. • TS- 1701-16 COPYRIGHT © WI CRATTOM, TULL & ASSOCIATES, IML DESCRiPT SOIL SOIL DESCRIPTION OF CLASS TYPE MATERIAL CLASSIFICATION Manufactured angular, granular material, y� to 1% inches (6 to 40 mm) size, including materials having regional significance such as crushed stone or rock, y broken coral, crushed slag, cinders, or crushed shells. GW Well -graded gravels and gravel -sand mixtures, little or no fines. 50% or more retained on No. 4 sieve. More than 95% retained on No. 200 sieve. Clean. p GP Poorly graded gravels and gravel -sand mixtures, little or no fines. 5076 or more rn retained on No. 4 sieve. More than 95% retained on No. 200 sieve. Clean. SW Well -graded sands and gravelly sands, little or no fines. More than 50% passes No. 4 sieve. More than 95% retained on No. 200 sieve. Clean. SP Poorly graded sands and gravelly sands, little or no fines. More than 50% passes No. 4 sieve. More than 95% retained on No. 200 sieve. Clean. GM Silty gravels, gravel -sand -silt mixtures. 50% or more retained on No. 4 sieve. More than 50% retained on No. 200 sieve. GC Clayey gravels, gravel -sand -clay mixtures. 50% or more retained on No.4 sieve. O in More than 50% retained on No. 200 sieve. C SM Silty sands, sand -silt mixtures. More than 50% passes No. 4 sieve. More than sn 50% retained on No. 200 sieve. SC Clayey sands, sand -clay mixtures. More than 50% passes No. 4 sieve. More than V 50% retained on No. 200 sieve. ML Inorganic silts, very fine sands, rock flour, silty or clayey fine sands. Liquid limit 50% or less. 50% or more passes No. 200 sieve. H CL Inorganic clays of low tc medium plasticity, gravelly clays, sandy clays, silty clays, lean clays. Liquid limit 50% or less. 50% or more passes No. 200 sieve. > MU Inorganic silts, micaceous or diatomaceous fine sands or silts, elastic silts. Liquid limit greater than 50%. 50% or more passes No. 200 sieve. CH Inorganic clays of high plasticity, fat clays. Liquid limit greater than 50%. 507 V or more passes No. 200 sieve. OL Organic silts and organic silty clays of low plasticity. Liquid limit 50% or less. 50% or more passes No. 200 sieve. > OH Organic clays of medium to high plasticity. Liquid limit greater than 50%. 50% Ca or more passes No. 200 sieve. PT Peat, muck and other highly organic soils. V • Soils defined as Class I materials are not defined in ASTM D24S7. •• In accordance with ASTM D2487, less than 5% pass No. 200 sieve. ••• In accordance with ASTM D2487, more than 12% pass No. 200 sieve. Soils with 5% to 12% pass No. 200 sieve fall in borderline classification, e.g.. GPGC. Specific meterials from a class of pipe embedment may be required by governing • bodies. These materials will be specified in the "Proposal", "Bid Items To Include" or the "Supplementary Conditions" of the Contract. TS -1701-17 COPYRIGHT © SSIt CRAFTON, TALL s ASSOCIATES, INCi E. Cutting and Replacing Special Surfaces: Wherever it becomes necessary in excavating to disturb • special surfaces, such as paved or gravel roadways, drives, walks, or parking areas, the original surface shall be restored after completion of the backfill. In these instances, care shall be used in making the backfill by tamping in accordance with the preceding subsection to eliminate future settlement and the surface shall be restored as specified below. The Contractor shall replace all street surfaces immediately after the pipe has been laid. Where concrete curbs and gutters are disturbed, they shall be replaced to match the original curb and gutters. Where concrete sidewalks are disturbed, they shall be replaced to match the existing walk and finished to match the existing walk on either side of the cut. Concrete sidewalks cut and replaced shall be paid for as concrete surface cut and replaced. Concrete, asphalt and gravel streets, parking lots, and driveways shall be cut and replaced in accordance with the details shown in the specifications. In gravel surfaced streets and other areas where the gravel will be disturbed in excavating for trenches and after the backfill has been so placed that no further appreciable settlement will occur-, gravel over the trench shall be replaced to the same compacted thickness as the original surfacing. During construction, the gravel an the remainder of the street not occupied by the trench may also be covered with dirt from the excavation. After completion of the backfill, such dirt shall be removed so far as possible and additional gravel shall be placed on the street until the surface is as weather —resistant and traffic —resistant as the original surfacing. Where the Contractor disturbs gravel, concrete or bituminous surfaces which were not required to be disturbed in the opinion of the Engineer ,the surfaces shall be replaced by the Contractor to their original condition at the expense of the Contractor and at no cost to the Owners. F. Cutting and Replacing Fences and Lawn Sod: Whenever it becomes necessary in excavating to cut fences and disturb lawns, the fences and lawns shall be restored after completion of the backfill. 7$- 1701-18 COPYRIGHT © 191! CRAFTON, TULL i ASSOCIATES, INC. All lawns shall be hand raked and the area left as nearly as possible to its original condition. • Fences shall be restored to their original condition using the same type of materials and that were used in their original construction. Shrubbery shall be taken up ahead of construction, stored, and reset in such a manner as to damage it as little as possible. Any shrubbery damaged by the construction shall be replaced by the Contractor to the satisfaction of the Property Owner at no cost to the Owner. The cost of all work under this section shall be included in the lump sum contract price, and the unit price for pipe, and will not be paid for separately, unless a specific bid item is shown in the sewer proposal for top soil replacement, fence crossing repair, or right-of-way clearing. 6. Concrete All concrete shall be composed of the materials described in the materials section of these specifications, They shall be proportioned by weight in such a manner as to obtain a plastic workable mix. All concrete shall be Class "S", Class "A" or Class "B" concrete as designated on the plans • or specified herein. At least two (2) test cylinders shall be made and tested from each separate pour unless exceptions are permitted by the Engineer. Class "S" concrete shall contain not more than five and one half (5-1/2) gallons of water to the sack of cement, including the water in the aggregates, and not less than six (6) sacks of cement per cubic yard of concrete and have a twenty-eight (28) day compressive strength of at least four thousand (4000 pounds per square inch. Class "B" concrete shall contain not more than six (6) gallons of water to the sack of cement, including the water in the aggregate, and not less than five (5) sacks of cement per cubic yard of concrete and have a twenty-eight (28) day compressive strength of at least twenty-one hundred (2100) pounds per square inch. Concrete shall be mixed in an approved mixer for not less than one and one-half (1-1/2) minutes after all materials are in the drum and shall be deposited within the mixture design time tolerance after mixing. Hand mixed concrete will not be allowed. CI TS- 1701-19 COPYRIGHT © 1s! CRAfTOH, TULL & COCIATEL INC. No mortar or set cement shall be used in finishing except the mortar necessary to fill imperfections. Edging tools shall be used on all exposed top edges. All exposed concrete shall be hand rubbed and finished so as to present a smooth homogeneous appearance. In placing concrete, care shall be taken that the freshly mixed mass is placed and vibrated so that there is not a tendency for the coarse aggregate to segregate from mortar, that no rock pockets are left, that the concrete flows readily around the steel and into the extremities of the forms, and the whole freshly placed mass becomes a plastic, jelly -like mass, but without free water in appreciable quantity on its surface. No concrete shall be poured without vibration with mechanical or magnetic internal vibrators. All concrete shall be poured through tremies unless otherwise permitted by the Engineer. The free fall of concrete shall be held to a minimum. Forms for concrete shall be rigidly placed so that they cannot bulge or warp and leave a unworkmanlike finished surface. They may be constructed of any material with sufficient strength that will give the finished work a satisfactory surface; however metal forms will not be permitted for concrete which will be exposed for any of the completed work, except upon the specific approval of the Engineer. Forms must be sufficiently tight so that mortar cannot escape from the concrete in appreciable quantities. Forms shall be cleaned and thoroughly moistened or treated with form oil before concrete is placed. All reinforcing shall be rigidly fastened in the forms prior to the pouring of any concrete in such a manner that the steel will be held accurately to the location shown on the plans. Steel shall be cleaned of rust, scale, oil or other surface material before being placed in the forms. Before depositing concrete on or against concrete which has taken its initial set, the hard concrete shall be broken off down to coarse aggregate and wire brushed to remove foreign matter and laitance. A layer of grout of the same cement - sand ratio as the concrete, without coarse aggregate, shall be placed to a thickness of one (1) to two (2) inches on the brushed surface after which new concrete shall be placed immediately. All concrete shall be properly protected from too rapid curing or from freezing while green. if the weather is hot or dry, all freshly placed concrete shall be covered with a matting or other suitable material and kept moist for at TS -1701-20 COPYRIGHT © INO CRARON. TOLL t ASTOCUTE; OII. least ten (10) days after pouring, or a curing compound may be used with the approval of the Engineer. All concrete surfaces, EXCEPT floor slabs, exterior surfaces below finished grade,and the interior surfaces which will not be exposed shall be finished in the following manner. Forms shall be removed from such surfaces as soon as structurally possible and all depressions or imperfections immediately filled with mortar. The surface shall then be machined or hand rubbed until the entire surface has a smooth homogeneous, pleasant appearing finish of uniform texture and color. Any delay in patching or rubbing such surfaces shall be cause for rejection of the entire structure. No mortar or wet cement shall be used in finishing except mortar necessary to fill imperfections. Edging tools shall be used on all exposed top edges. All floors to be left exposed shall be brought to a true grade with a straight edge and roughly finished with a wooden float. After the concrete has hardened sufficiently to prevent an excess of fine material working to the top, the surface shall be troweled with steel trowels until the surface is smooth and regular. No additional cement shall be added during finishing. Construction joints shall be provided as shown on the plans. The Contractor may elect to use more or less, depending upon his method of placing concrete. However for all construction joints in walls and slabs below finished grade and in water bearing structures, water stops shall be used. Placing Reinforcing Steel: - Reinforcing steel shall be accurately positioned to the dimensions shown on the plans and as described in these specifications. Reinforcing steel shall be cleaned of all mud, ice, oil, loose rust and scale or any other material which would destroy the bond. Reinforcing steel shall be positioned and secured against displacement by tying with annealed tie wires and placing on metal supports, spacers, or hangers as approved by the Engineer. H. Handling and Laying: (1) HANDLING AND LAYING PLASTIC (P.V.C.) SEWER PIPE: All plastic pipe shall be handled and stored in accordance with the manufacture's recommendations and the applicable provisions of these specifications. 0 TS- 1701-21 COPTRISHT © ill CRAFTON, Tuft & ASSOCYTE>t MC, a. P.V.C. sewer pipe shall be laid in accordance with ASTM D-2321-74 (or latest revision), the manufacturer' recommendations, and these specifications. Class III • and IV will not be suitable for embedment. For installations near or below the ground water table, Class I materials shall be used for the bedding, haunching,and initial backfill. This embedment shall extend from 6 inches below the pipe to 6 inches above the pipe minimum, 12" if required by the Engineer. b. The pipe shall be handled in a manner to avoid any impact or shock from dropping, such as rolling off a truck or other carrier. The unloading and handling shall assure that pipe ends are not damaged. c. All sewer pipe shall be laid bell up -grade. (2) HANDLING AND LAYING DUCTILE IRON AND/OR CAST IRON PIPE AND FITTINGS: In the transportation, unloading and handling of cast and ductile iron pipe, the pipe shall not be dropped, let roll and collide with another pipe, or be subjected to any unnecessary job, impact, or other treatment that might crack or otherwise damage the pipe. Before laying the pipe in the trench, the bottom of the • trench shall be carefully graded and prepared and bell holes excavated so the pipe shall have a uniform support along its entire length except at bel-1 holes. The inside of the bell and the outside of the spigot shall be thoroughly cleaned of all dirt, mud, grease and other foreign material before starting the joint. In laying flanged, screwed, roll-on or mechanical joint pipe, careful attention shall be given in alignment so that all joints can be pulled home and made tight and workmanlike. Anchorage blocks of Class "B" concrete against undisturbed earth shall be placed on each side of all bends and on the unbalanced side of tees as shown in the standard details when force mains are constructed. The inside of the iron pipe shall be cleaned of all foreign materials before the pipe is placed in service. Ends of the pipe shall be temporarily plugged at the close of each days work. • TS- 1701-22 COPYRIGHT © INS CRATTOH, TOLL I ASSOCIATES, INC. Cast iron and ductile iron pipe used in structures and where noted on the plans to be included in the lump sum contract price shall be included in the lump sum contract price and will not be paid for separately. (3) HANDLING AND LAYING VITRIFIED CLAY SEWER PIPE: a. The selection of strength classifications of the sewer pipe has been such that the pipe shall have structural strength in excess of the anticipated total loads. Such selection of strength classifications has been based on such factors as kind of soil, unit weight of backfill, depth of cover over the pipe, width of trench at the top of the pipe, dimensions of the pipe, and manner of support for the bottom of the pipe. The manner of installing the pipe as covered in these Specifications shall be adhered to and no bedding shall be considered adequate unless it provides satisfactory uniform bearing for the entire bottom quadrant of the pipe barrel. b. Protect pipe during handling against impact shocks and free fall. Do not permit hooks to come in contact with premolded joint surfaces. c. Handle pipe having premolded joint rings or attached couplings so that no weight, including the weight of the pipe itself, will bear on or be supported by the • jointing material. Take care to avoid dragging the spigot ring on the ground or allowing it to be damaged by contact with gravel, crushed stone, or other hard objects. - d. After delivery alongside the trench, carefully examine each piece of vitrified clay pipe for soundness and specifications compliance. Acceptable pipe may be marked with paint or other permanent marking material so that the marks are plainly visible after installation in the trench and before the pipe is covered. e. Clean joint contact surfaces immediately prior to jointing. Use lubricants, primers, or adhesives as recommended by the pipe or joint manufacturer. f. Unless otherwise required, lay all pipe straight between changes in alignment and at uniform grade between changes in grade. Excavate bell holes for each pipe joint. When jointed in the trench, the pipe shall form a true and smooth line. 0 TS -1701-23 COPTUGHT © UU CAAFTOM, TULL I ASSOCUTU, INC. g. Keep trenches dry during pipe laying. Divert surface water from the trench area to the greatest extent practicable without causing damage to the adjacent property. Before pipe laying is started remove all water that may have entered the trench. h. Whenever practicable, start pipe laying at the lowest point and install the pipe so that the spigot ends point in the direction of flow. (4) HANDLING AND LAYING: ACRYLONITRILE-BUTADIENE-STYRENE (ABS) COMPOSITE SEWER PIPING (TRUSS PIPE) (5) HANDLING AND LAYING: ACROYLONITRILE-BUTADIENE-STYRENE (ABS) SOLID WALL SEWER PIPE AND FITTINGS a. ABS sewer pipe shall be laid in accordance with ASTM D-2321-74 (or latest revision), the manufacturer's recommendations,and these specifications. b. The pipe shall be handled in a manner to avoid any impact or shock from dropping, such as rolling off a truck or other carrier. The unloading and handling means shall assure that pipe ends are not damaged. c. All sewer pipe shall be laid bell up -grade. I. Pipe Encasement for Railroad and Highway Crossings, All sewer lines across highways and railroads shall be encased unless specified otherwise. Encasement shall be installed without disturbing the surface by boring or jacking or as required by the Highway Department or Railroad. Welded steel pipe or coated corrugated metal pipe encasement for railroad and highway crossings shall be placed in accordance with standards of railroad or State Highway Commission. The encasement pipe shall be of sufficient size to install or remove the carrier pipe. Highway and railroad crossings of the various sizes required shall be installed by boring, without disturbing the highway or railroad surfaces. Highway or railroad crossings shall be measured in linear feet from end of casing to end of casing on the opposite side of the highway or railroad. TS- 1701-24 COPYRIGHT © 10 COAfTOK TOLL & ASSOCIATE( OIL Any concrete, asphalt or gravel surface disturbed on roadbed or shoulders within the limits of the casing will not be paid for separately but shall be included in the lump sum • price for boring and encasement. The lump sum contract price shall include the quantities of highway and railroad crossings given in the Proposal's List of Variable Quantities and the contract unit price will be used to adjust the contract price for variation of actual quantities from those estimated. 3. Testing: Test for watertightness shall be made by the Contractor in the presence of the Engineer. All sewer pipe shall be tested for tightness by one of the following methods. If the ground water table is at least one foot above the top of the pipe, the water infiltration test should be used. The air test method may, however, be used if the test pressure is increased 0.4333 psi for each foot the ground water level is above the crown of the pipe. 1. Infiltration Test - The measured infiltration in the section under test shall not exceed 100 gallons per inch of diameter per mile of pipe per 24 hours. 2. Exfiltration Test - The measured loss of water from the section under test shall not exceed 100 gallons per inch of diameter per mile of pipe per 24 hours. 3. Low -Pressure Air Test - The air test, if used, shall as a minimum, conform to the test procedure described in ASTM C -82B -76T, entitled "Tentative Recommended Practice for Low Pressure Air Test of Vitrified Clay Pipe Lines. 4. Procedures - Determine the test duration for the section under test by computation from the applicable equations shown in ASTM C 828, or from prepared air test tables. The pressure - holding time is based on an average holding pressure of 3 PSI (21 kPa) gauge or a drop from 3.5 PSI (24 kPa) to 2.5 PSI (17 kPa) gauge. Add air until the internal air pressure of the sewer line is raised to approximately 4.0 PSI (28 kPa) gauge. After an internal pressure of approximately 4.0 psig is obtained, allow time for the air pressure to stabilize. The pressure will normally show some drop until the temperature of the air in the test section stabilizes. TS- 1701-25 COPYRIGHT® Nil CRAFTON, TNLL IS ASSOCIATE; INC. When the pressure has stabilized and is at or above the starting test pressure of 3.5 PSI (24 kPa) gauge, commence the test. Before starting the test, the pressure may be allowed to drop to 3.5 psig. Record the drop in pressure for the test period. If the pressure has dropped more than 1.0 PSI (7 kPa) gauge during the test period, the line is presumed to have failed. The test may be discontinued when the prescribed test time has been completed even though the 1.0 PSI drop has not occurred. Table The air test table has been prepared utilizing applicable equations from ASTM C 828. It is based on an allowable air loss of 0.003 4t3/min/4t2 of internal pipe surface, a maximum air loss per test section of 3.5 ft3/min and a minimum significant air loss per test section of 2.0 ft3/min. (Test sections of such length that an air loss of 3.5 ft3/min would be exceeded using the allowable loss of air per square foot of internal pipe surface may be tested in segments where total air loss would be between 2.0 and 3.5 4t3/min). It applies when testing one pipe diameter only and for convenience ignores 4" and 6" lateral sewers, which in most instances create only insignificant differences in test time. CJ • TS- 1701-26 COPYRIGHT © 10 CHA1TON lU(1 i ASSOCU IE$, WC AIR TEST TABLE Based on Equations from ASTM C 028 • SPECIFICATION TIME (MIN:SEC) REQUIRED FOR PRESSURE DROP FROM 3-1/2 TO 2-1/2 PSIG WHEN TESTING ONE PIPE DIAMETER ONLY PIPE DIAMETER, INCHES LGTH.FT. 4 6 8 10 12 15 18 21 24 25 0:04 0:10 0:18 0:28 0:40 1:02 1:29 2:01 2:3B 50 0:09 0:20 0:35 0:55 1:19 2:04 2:58 4.03 5:17 75 0:13 0:30 0:53 1:23 1:59 3:06 4:27 6:04 7:53 100 0:18 0:40 1:10 1:50 2:38 4:08 5:56 8:05 10:34 125 Oc22 0:50 1:28 2:18 3:18 5:09 7:26 9:55 11:20 150 0:26 0:59 1:46 2:45 3:58 6:11 8:30 9:55 11:20 175 0:31 1:09 2:03 3:13 4:37 7:05 8:30 9:55 11:20 200 0:35 1:19 2:21 3:40 5:17 7:05 8:30 9:55 12:06 225 0:40 1:29 2:38 4:08 5:40 7:05 8:30 10:25 13:36 250 0:44 1:39 2:56 4:35 5:40 7:05 8:31 11:35 15:07 275 0:46 1:49 3:14 4:43 5:40 7:05 9:21 12:44 16:38 300 0:53 1:59 3:31 4:43 5:40 7:05 10:12 13:53 16:09 350 1:02 2:19 3:47 4:43 5:40 8:16 11:54 16:12 21:10 I00 1:10 2:38 3:47 4:43 6:03 9:27 12:36 18:31 24:12 450 1:19 2:50 3:47 4:43 6:48 10:38 15:19 20:50 27:13 500 1.28 2:50 3:47 5:14 7:34 11:49 17:01 23.09 30:14 D. Deflection Testing: Cl) Deflection tests shall be performed on all flexible sewer pipe. The test shall be conducted after the final backfill has been in place at least 30 days. (2) No pipe shall exceed a deflection of 5X. (3) If the deflection test is to be run using a rigid ball or mandrel, it shall have a diameter equal to 957. of the inside diameter of the pipe. The test shall be performed without mechanical pulling devices. Locations with excessive deflection shall be excavated, and repaired by re -bedding or replacement of the pipe or by a method approved by the Engineer. . TS- 1701-27 coFr6(GHT © IN CRETON, T011 i AUocuTE; oic K. Establishment of Line and Grade: Sewerline location shall be established using a construction laser for grade. L. Sewer Farce Mains: Sewer force mains shall be constructed of the specified size and type materials and installed according to AWWA, ASTM, or ASA specifications. Testing shall be according to AWWA C 600. M. Cleaning Up: After the construction work is completed, all refuse and debris resulting from the work shall be cleaned up and disposed of to the satisfaction of the Engineer. Structures shall be washed or swept out and left clean and neat. Except as noted, all excess excavation, waste concrete, piping, lumber, or other refuse shall be removed from the site of the work and the site levelled, graded and dressed up until it has a neat, smooth and workmanlike appearance. Any fences or other existing permanent structures disturbed during the work shall be restored after completion of the work to their original condition. • The cost of all work and materials under this subsection shall be included in the lump sum contract price and will not be paid for separately, unless a bid item is shown in the proposal for sewerline clean-up. 0 Ts- 1701-28 COPYRIGHT © TAp CRATTOH, TOLL & ASSOCIATES, RIC. 0 DIVISION 17 - SEWERS ITEM 1702 - SEWER MANHOLES 1702-1.1 DESCRIPTION: Manholes of the form, dimensions, and materials specified and according to the standard detailed drawings shall be constructed at the locations shown on the Plans, or as directed by the Engineer. 1702-2.1 Cast -In -Place Concrete Manholes: A. Manholes shall be constructed in place in accordance with the details shown on the drawings and with forms equal to ABS plastic forms as marketed by Improved Construction Methods, Inc., P.D. Box 685, Jacksonville, Arkansas. BASE: The base shall be cast monolithically with the rest of the manhole. The invert and flow channel shall be formed during or immediately after the placing of • the concrete and brush -finished as soon as the concrete has sufficiently set. The concrete must set for 24 hours before any pipe inside of the manhole is trimmed. The base concrete shall be 3,000 psi, maximum slump 4" vibrated or tamped on undisturbed bearing. The base shall have a minimum diameter B" greater than the outside diameter of the manhole, and a minimum thickness including the area under the pipe as follows: 0 to 8 manhole B" B'to 12'manhole 10" 12' and above 12" INVERT: All invert channels shall be smooth and accurately shaped to a semi -circular bottom conforming to the inside of the adjacent sewer section. Inverts shall be formed directly in the concrete of the manhole base or may be constructed by laying full section sewer pipe straight through the manhole and breaking out the top half after the base is constructed. Inverts shall extend up at least half of the diameter of the pipe. Changes in the direction of the sewer and entering branches shall have a true curve of as large a radius • as the size of the manhole will permit. Where the pipe is laid through the manhole, the invert shall be finished to 1/4" below the center of the pipe. The pipe shall be trimmed down to 1/4" below the center of the pipe. The pipe shall be trimmed down to 1/4" below TS -1702-1 COPYRIGHT © Hp CRAFTON, TOLL A ASSOCIATES, Dig. n the surface of the invert, and the edges of the pipe along the invert and at the walls of the manhole shall be plastered and brush -finished. Plaster shall be 2 parts of masonry sand to 1 part of Portland Cement. STEPS: Manhole steps will be at 15" on center when required by Engineer. In general steps will be located 90e from the direction of flow of the manhole and will not be over or opposite a major pipe. A sample of any special step selected by the Owner or Engineer must be provided prior to forming. 11 MANHOLE BARREL SECTION: The vertical forms, wall spacers, steps and placing cone must be carefully positioned and firmly clamped in place before any placement is made. The wall spacers must be located 901 from each other. The manhole shall be cast of 3,000 PSI concrete with a maximum slump of 4. The first placement shall consist of approximately 1/2 yard of concrete deposited evenly around the walls and vibrated until there is a minimum slope of 600 from the bottom of the forms to the bearing surface both inside and outside of the manhole. When this is complete and before additional concrete is added, the concrete must be carefully vibrated to bond it to the preceding layer. The wall spacers must be raised as the placements are made with the area from which the spacer is withdrawn being carefully vibrated. Excessive vibration is to be avoided. A maximum of 2X Calcium Chloride may be added to the concrete, at the Contractor's option, to speed the set. The forms may be removed as soon as the concrete is sufficiently set (approximately 2 hours after placement). Form marks and offsets up to 1" will be permitted on the outside surface of the manhole. Form marks and offsets up to 1/2" will be permitted inside of the manhole. All offsets on the inside surface of the manhole will be smoothed and plastered so there is no projection or irregularity capable of scratching a worker, catching and holding water, or solid materials. Honeycomb will be plastered with a mortar consisting of 3 parts of masonry sand to 1 part Portland Cement immediately upon removal of the forms. BACKFILLING: Backfilling will be performed evenly and carefully around the manhole 24 hours or more after the placement of concrete is completed. COLD JOINTS: Should circumstances make a cold joint necessary, a formed groove or reinforcing dowels will be required in the top of the first placement for shear TS -1702-2 COPYRIGHT © IS CRAFTON. TULL I ASSOCIATES, IRC. 0 protection. Immediately before the second placement is made, the surface o the cold joint shall be thoroughly cleaned and wetted with a layer of mortar being deposited on the surface. B. Manhole Covers: Manhole covers shall be an approved cast iron paving type weighing not less than 250 pounds for bath ring and cover. They shall be an inside diameter of twenty-four inches (24") and a height of not less than five inches (5") overall. Special manhole covers and other castings shall be as specified on the Plans. C. Concrete for cast -in -place manholes shall be Class "S", except as modified herein. D. Manhole sealing agent: When the Plans call for manholes to be sealed, a patented asphaltic joint composed of such as "S -K", "Jointite" or equal shall be provided subject to the approval of the Engineer. E. Manhole rings shall be set in full mortar beds with . firm bearing on the walls and to the exact grade of the pavement. F. All manholes are to set flush with the ground when backfilled unless specially provided for elsewhere. G. All manholes shall be watertight. If any manhole leaks, the Contractor shall be required to make such repairs as will render it watertight. H. When the difference of grade of two intersecting sewers shall be twenty-four inches (24") or more, a drop manhole of the design as shown in Detailed Plans and/or Standard Details shall be constructed. Manholes shall be classified as double -drop manholes when two lines drop in at a difference in grade of 24 inches from outlet grade. I. When required on the plans the Contractor shall connect to an existing manhole where no stub exists, or the new sewer is of size other than that of the existing manhole. The existing invert shall be removed and a new invert placed of sufficient size to permit the proper installation of the new pipe at the designated line and grade. After the new pipe has been installed, extending entirely through the wall of the manhole, the remaining opening shall be refilled with non -shrink "Embeco" grout or equal. COPYRIGHT © sm TS -1702-3 cRArrox, lvii & ASfOCIATu W. J. When required on the Plans to place a new manhole on an existing sewer, excavation shall be carried below the existing pipe to a sufficient depth to allow the floor to be placed. Construction shall then progress the same as for a new manhole. 1702-2.2 Precast Reinforced Concrete Manhole Sections: When approved by the Engineer in writing, precast reinforced concrete manhole section may be used. They shall be manufactured and installed according to ASTM Designation C-478-70 or the latest revision thereof. Pipe seals shall be made with "Embeco" non -shrink grout, gaskets having rubber quality standards of ASTM C-443 and C-361 as manufactured by Press -Seal Gasket Corporation or an approved equal, or other approved method. All applicable sections of the cast -in -place concrete manhole specifications listed above shall apply. E • co4TR1GHT © 11" TS -1702-4 tu"011,unt AU007%NC. 0 E 1803-1.0 1803-2.0 T CITY OF FAYETTEVILLE DIVISION 18 - WATER ITEM 1803 - WATERLINE - ONSITE DESCRIPTION: It is the intent of these plans and specifications and other contract documents to provide for the construc- tion of waterlines. The Contractor shall supply all labor, materials, transportation, apparatus, tools, and equipment necessary for the entire, proper and satis- factory completion of said improvements; including replacing pavement and all miscellaneous items to the extent herein specified and/or shown on the plans. All pipe fittings, latest editions of specifications. MATERIALS: Plastic Water Pipe: and incidentals shall conform to the ASTM, ASA, PPI, NSF, and/or AWWA Plastic pipe for water lines shall be semi -rigid pipe of the type (SbR) or Proposal. All materials shall bear t approval from the National Sanitation handling a potable water. Pipe shall bell and spigot type joint. unplasticized PVC (DR) shown in the le stamp of Foundation for have an integral The joints shall be of the rubber ring type conforming to ASTM-D1869. The pipe shall be furnished in twenty foot (20) lengths maximum with random lengths ten (10) feet long. All pipe fittings shall be made from clean, virgin, Type I, Grade I, P.V.C. in accordance with ASTM Resin Specification D 1784 as amended and/or revised and in accordance with the ASTM D 2241, AWWA C 900, and product standard PS 22-70. The pipe shall meet the following physical and chemical requirements at 73° F., (+/-3° F.). Quick -burst Test - Randomly selected samples tested in accordance with ASTM 1599-62T method shall withstand without failure a pressure of 755 PSI (8,000 lbs. hoop TS -1803-1 tensile stress) applied in 60 to 90 seconds. One specimen shall be run per shift per extruder. Sustained Pressure Test - Randomly selected samples tested in accordance with ASTM-5BT shall withstand without failure for 1,000 hours a pressure of 500 PSI (5,000 lbs hoop tensile stress). One specimen shall be run every 500 hours per extruder. Acetone Immersion Test - One (1) inch wide rings cut from randomly selected pipe shall be placed in a sealed container of anhydrous (99.57. pure) acetone. There shall be no visible spalling, cracking or splitting after two hours exposure (swelling or softening is not a failure). One specimen shall be run per hour per extruder. Vice Test - Two inch (2") wide rings cut from randomly selected pipe shall be placed between two flat parallel plates and compressed in less than one minute until the inside faces touch (100% flattening). There shall be no visible evidence of splitting, cracking or shattering. One specimen shall be run per shift per extruder. Drop Impact Test - Six inch (6") long randomly selected pipe sections shall be placed horizontally in a "V" block (including angle 900) and subject to a single impact load from a freely falling missile having a 1/2 inch diameter rounded 1 inch long nose. There shall be no visible evidence of shattering or splitting (denting is not a failure) when the following energy is imposed (6 sections shall be run per shift per extruder.) SDR-21 Nominal Pipe Size: 1" 1-1/4" 1-1/2" 2" 3" 4" 6" 8" Foot - Pounds: 18" 20 27 37 67 86 100 100 DR -18 Nominal Pipe Size: 4" 6" 8" 10" 12" Foot - Pounds: 120 120 120 120 120 For static pressure in excess of that standard dimension ratio and pressure shown in the proposal. The manufacturers of all plastic pipe of the plastic pipe institute or AWWA manufactured the pipe and Joint for a less than five (5) years. shown above, the class shall be must be a member and shall have period of not Fittings for PVC pipe shall be cast iron mechanical joint unless specified otherwise. The Contractor shall TS -1803-2 provide the Engineer with submittal drawings of all proposed fittings for the Engineer's review and approval. Each shall meet ANSI 21.10 and A21.4 specifications. B. Cast Iron and Ductile Iron Pipe Fittings: Cast Iron pipe shall conform to the latest revised AWWA Specification C101 or ANSI 421.1. Pipe shall be designed for ten (10) feet of cover, trench condition "B" and shall have minimum tensile strength of 21,000 PSI and a minimum modulus of rupture of 45,000 PSI. Pipe shall be suitable for a working pressure of 300 PSI. The minimum nominal metal thickness for cast iron pipe shall be, unless otherwise specified in the proposal, as follows: Size of Pipe Minimum Nominal Thickness Class 4" 0.35 22 6" 0.35 21 Bit 0.35 20 1" 0.41 21 12" 0.44 21 14" 0.51 22 16" 0.54 22 18" 0.58 22 Ductile iron pipe, 6" - 36" - F:pe shall conform to ANSI A2'1.51/AWWA C151 and shall have a cement mortar lining and seal coat conforming to ANSI A21.4' AWWA (2104. Joints shall rnnform to ANSI A21.11/ AWWA C111 and may be mechanical irnnt or push -on joint unless otherwise specified. the mininiLln• thickness class shall be C ass 51 and 52 and shall to' used in the City of Fayette Ii]le as shown on the plans. Fittings shall conform to ANSI 421.10 and AWWA C11O-77 and C -111 -BO and shall be cement -lined conforming to ANSI 421.4. All fittings shall be mechanical joint. C. Bell and Spigot Jointing Materials: Rubber packing rings shall be of resilient rubber, manufactured for use as packing material in bell and spigot pipe joints, and of the sizes suitable for the pipe with which they are to be used. The rings shall be similar or equal t❑ "Hydro-Ro" rubber rings, manufac- tured by Atlas Mineral Projects Company, Mertztown, Pennsylvania or equal. D. Bolts and Gaskets: Bolts and nuts for flanged or mechanical joint, cast iron pipe and fittings shall be made of the best quality, refined iron or mild steel with sound well fitting threads. Bolt sizes shall be those required by the Standard ASA Specifications for each size of flange. Gaskets for flanged pipe joints shall be full gaskets made of 1/16 inch red rubber or asbestos fiber. E. Valves and Valve Boxes: • Sate valves shall be iron bodies, bronze mounted, non - rising stem, double gate valves, designed for working pressures of not less than 150 PSI and conforming to AWWA Standard Specifications C-500-80 for gate valves. Valves shall have boxes and operating nuts, unless otherwise specified. Valves connecting to cast iron, PVC, or asbestos cement pipe shall be Mueller No. A-2380 or approved equal, M.J. gate valves with AWWA C102-53, C106-53, or C1O8-53 or an approved equal. Valve boxes shall be cast iron of the adjustable telescope type consisting of 3 pieces and of a length to suit the amount of cover. All valve covers for two (2) inch and smaller shall be larger flanged base type. The valve boxes shall be larger flanged base type. The valve boxes shall have an inside diameter of not less than five (5) inches and the minimum thickness of metal at any point shall not be less than 3/16 inch. The cover shall be marked with the word, "Water", or a large raised letter "W". They shall be painted inside and out with a good asphalt paint and be a Tyler 562-S or equal. EJ TS -1803-4 I-. Encasement Pipe: • Encasement pipe for railroad ai shall be corrugated metal pipe each .joint, or welded steel of gauge r egtn red by the Hai Jr oao [.omml s=ion avid aL shown cir' t ht - b. lapping Sleeve and Valves: -id hlohway cr Os itlos with a coupling hand for the lenoth, size and or State Hl ahway pl an and: or 1,r opo - I . ..� i f+... ,., ..I) al • m11.J nr •t1I i t(1 !''.rfa.:o•, fl • Id )Ili. !-''1 rl'I \ti `[• ri ..' �)rl•• 12 VI &gtlril tli I1,i''ai 1el N.,. H -pit - w) ti. met hint c.a7 11i1 nut In ..:•t' r rL.. (}r4, r .hr.. r.hr ,if. '. or tai ---_, ,_ 1:r , I .I , r ,'J„ t hi tal'p; nit ti l eev.- anti ♦. '4-, _+• fl,.a. { c -t nl rli ty P'�•t ) N1 l'• I v- .illri 1!; ';• I !'.r t -q' r r -J. /i .Ii' 41? 'i'n': i l,.il pis i al I,lny =' f. rt- a. II. . ,•, I,!, - i I I'(�l I t_. d•, r11it l i ri N 1- r'67 . m i l l .-. I FI ci i'i i! - r-i p1 a lip i-: I� ,- ,t..,..l. . 1 irr i,iJ . - - • ni Ii- ii' 1 .1.. r I I. rl._ i 'l..a'.:le( , H. Steel Pipe and Fittings: -'rr•i [i, [ii-• cr.: fl[{,l•Lj' ,_.troll 1'Fa q-'1 \r+ ).'(-.i w]iF, •:rrew a. ii . .al,ri i-1la] I :1111{ r)• 0. t (1 4 erj•_t a I t'r 4 S I .-I i till', y1 i' Y.i •', ] }. q• .11 ' i 1 }t. t liial l lit ii Va-n i , f.li I,Kl ) EPt,l e . r i_'I r,":• r hall t or i or r', ir) FEJr-- al ']I!C�1{1Ld:1U'i'- :a&i -F "1'Ia. Wrc'uylit Iron p) pt shaj. conform to Federal ': F•�-. 1 (1rt7 i:i•_ ki'al - 4G ir.. \.J ]. Fire Hydrants; it t- Ir{dr C'ltS bt'el] be of standard manufacture and silt: Lu-iform to the requirements of AWWA Standard Sjec.illcdtlons for fire hydrants. They shall have a 6" barrel, 5-1/4" valve opening, 6" hub and pipe connections and shall be of sufficient length for at least three and one-half (3-1/2) foot bury. Hydrants shall have two - two and one-half (2-1/2) inch hose outlets, all with National Standard Threads. Hydrants shall open to the left, be of the compression or gate type, be provided with proper drip valve, and constructed so that they will not flood if the barrel i=_ broken. Valves shall be removable without digging. Operating nuts shall be 1-1/2 inch National Standard Pentagon. Hyrfranis shall be Mueller No. A-423 with mechanical )(int ends, or an approved equal. Hydrant barrels are to be painted with a white reflector- ized paint usinc glass beads and approved by the Engineer. TS -1803-5 C 0 Each hydrant shall be connected to the main with a six inch (6") ductile or cast iron branch controlled by an independent six inch (6") gate valve, except as otherwise specified. All fittings are to be mechanical joint and joined by ductile iron retainer glands. J. Service Settings: All service settings are to be approved by the City of Fayetteville, unless material used shall be as follows: Size Class 200 PVC, SDR 21 (2", 3", and 4") Mnaufacturer Order Number 2" x 3/4" Mueller H-13420 2" x 1" Mueller H-13420 3" x 3/4" Mueller H-13425 3" x 1" Mueller H-13425 4" x 3/4" Mueller H-13428 4" x 1" Mueller H-13428 Size C-900 PVC, Cast Iron Pipe, Ductile Iron Pipe Cl 200 A.C (2-1/411 UP) Manufacturer Order Number 2-1/4 x 3/4" Romac 101N-2.75 x 3/4" CC 2-1/4 x 1" Romac 101N-2.75 x 1" CC 4" x 3/4" Romac 101N-5.40 x 3/4" CC 411 x 1" Romac 101N-5.40 x 1" CC 611 x 3/4" Romac 1O1N-7.50 x 3/4" CC 611 x 111 Romac 101N-7.50 x 1" CC 611 x 3/411 Romac 101N-9.62 x 3/4" CC B11 x 3/4" Romac 101N-9.62 x 111 CC 1011 x 3/4" Romac 101N-12.12 x 3/4" CC 1011 x 111 Romac 101N-12.12 x 111 CC 121' x 3/4" Romac 1O1N-14.38 x 3/4" CC 1211 x 11' Romac 1O1N-14.38 x 1" CC Double Taps 3/4" Type K Soft Copper 60' Coils 1 3/4" Corp. Stop. 110 Comp. Mueller H-15008 1 3/4" U Branch 110 CTS x MIP 7-1/2" width H-15363 2 5/8" x 3/4" x 12" Riser Meter Yoke Mueller H-1402 w/H-14222 Tail Pieces TS -1803-6 COP?RI�HT © 199S CRAFTOR, TULL I ASSOCUTU. INC 0 Double Taps 1 18" x 24" PVC Meter Box #501824 .3OT, .275 Wall Thickness Shell only, notched as manufactured by Mueller/McCullough 1 18" C.I. Flat Meter Lid C-109 manufactured by Crouch Foundry Single Taps 3/4" Copper Tubing Ditto Above 1 3/4" Corp. Stop. 110 Comp. Mueller H-15008 1 5/8" x 3/4" x 12" Rise Meter Yoke Mueller H-1402 w/H-14222 Tail Pieces 1 18" x 24" PVC Meter Box #501824 .3OT, .275 Wall Thickness Shell only notched as manufactured by Mueller/McCullough 1 18" C.I. Flat Meter Lid C-109 manufactured by Crouch Foundry NOTE: To connect extra copper to Service Line 3/4" 110 Compression Union H-15403 1803-3.0 CONSTRUCTION METHODS: A. Planning and Execution of Work: The construction work included under these specifica- tions, shall be so planned and executed that the various portions of the work will be carried on concurrently and the whole completed within the time allowed. The Contractor shall coordinate with the Owner and Engineer and when requested by the Engineer shall complete certain sections of the system and put them in operation prior to completing all the work. B. Excavation -Trench: At the beginning of each trenching operation, the Contractor shall be required to remove all existing topsoil in the trench and place it on the opposite side of the trench from the remaining excavation. This topsoil will be protected and used as the top course in the backfilling operations. The extent of trenching on any day shall be limited to the length of line the Contractor can lay, have inspected and backfill. All trenches shall be re-covered each night. Trenches for water lines shall be of the width and depth necessary for the proper installation of the pipe. All pipe lines shall be laid in trenches of such TS -1803-7 COPYRIGHT © M CRAFTOY, ma S AUOcuT111 MG depth as to provide a minimum cover of thirty-six (36) inches over the pipe in main line and twenty-four (24) inches cover under ditches unless otherwise shown on the plans. The bottom of the trench shall be accurately graded so that the pipe will be in continuous and uniform contact and have a longitudinal bearing on undisturbed soil for the full length of the pipe, except for such distance as necessary for adequate bell holes or couplings and proper sealing of the pipe joints. If the soil at the bottom of the trench is mucky or if the subgrade is too soft to properly support the pipe, the Contractor shall stabilize the subgrade as necessary to prevent damage to the pipe. Where blasting is required, all blasting shall be performed in accordance with Section 9 of Associate General Contractors of America, "Manual of Accident Prevention in Construction". The cost of all excavation including rock excavation in trench for water lines shall be included in the contract • unit price for water line pipe and will not be paid for separately unless a rock clause bid item is shown in the proposal. Select material to stabilize the subgrade and the required cushion shall be included in the contract unit price bid for water line pipe and will not be paid for separately unless a bid item is listed for a select type water line bedding. Areas for disposal of waste material shall be procured by the Contractor at no cost to the Owner. C. Pipelaying and Backfill: All trenches and excavation shall be backfilled immedi- ately after the pipe is laid using methods which will not disturb the pipe. Material used for backfilling shall consist of the excavation, borrow sand, gravel,or other material approved by the Engineer, and shall be free of trash, lumber or other debris. 1. Cast Iron and Ductile Iron Pipe Pipe line construction shall be in accordance with AWWA C6O0-77 (or later revisions) except as otherwise stipulated in these specifications. TS -18O3-8 COPYPJGHY © 1164 CRAFTO'7, TULL I ►AOCIATES, flit. • The trench shall be filled with fine loose soil which shall be carefully placed around the pipe in layers not to exceed six inches (6") and well tamped. This procedure shall be continued until there is a cover over the pipe of at lest six inches (6") in depth, all of which shall be well compacted. 2. P.V.C. Pipe P.V.C. pipe line construction shall be done in accordance with applicable sections of ASTM D-2774 and these specifications. The Contractor shall prepare the trench as herein- after provided and shall fine grade the trench bottom with graded sand, limestone screenings, or an approved equal material to provide complete support of the pipe barrel. Minimum bedding thickness shall be four inches. Before any joint of pipe is placed in the trench, a careful inspection shall be made of the interior of the pipe to see that no foreign material is in • the pipe. An inspection shall be made to determine if the pipe is sound and free from cracks. The pipe shall be laid one (1) joint at a time and shall be lowered carefully into the trench, properly aligned and the joint connected in accordance with the manufacturer's recommendations. Prior to laying the next joint of pipe, the pipe shall be homed and centered in the trench. Pipe shall be in straight and true alignment without sharp bendsbr severe breaks in grade. After inspection and acceptance of the pipe in place, sidefill shall be made of sand or limestone screenings and continued to a minimum depth of four inches (4") above the top of the pipe. This material shall be placed in suitable layers and firmly compacted to give continuous and firm support to the pipe barrel. This procedure shall be continued to a depth of at least four inches over the top of the pipe. The remainder of the backfill may then be placed by any approved method which will not injure or disturb the pipe. After settlement occurs, • trenches shall be refilled and smoothed as often as necessary until all trench backfill permanently conforms to the surface of the ground. Where TS -1803-9 COPYRIGHT © i%$ CRATTOR. TIII. L AUOCIATU ING subsequent settlement cannot be permitted, such as roadways, driveways, parking areas or other areas which must be resurfaced, backfill shall be placed in layers not to exceed four (4) inches in thickness and compacted to the density of the adjacent soil throughout the dept of the trench. At the Contractor's volition, gravel or sand may be used to backfill in areas where subsequent settling cannot be permitted. Gravel or sand used for backfill above the spring line will not be measured and paid for but shall be furnished by the Contractor at no cost to the Owner unless a quantity is shown in a bid item of the proposal for gravel or SB-2 backfill. It is the intent of these specifications that all trenches shall be backfilled, settled, and the ground restored to its original condition as soon as possible after the pipe is installed. Any unnecessary delay in restoring trenches to their original condition shall constitute just cause for stopping all other work until the trenches are so restored. It is also the intent of these specific- ations that the Contractor shall be responsible for • all settlement of backfill in trenches occasioned by the work covered herein. He shall refill trenches as often as necessary to bring them back to original grade during the period when settlement is occurring. Where settlement occurs in streets, driveways, roads or parking areas, the Contractor shall use gravel or SB-2 and refill them frequently enough to maintain traffic without hazard at all times. Gravel or SB-2 used to maintain traffic in these areas shall not be measured and paid for but shall be furnished b the Contractor at no cost to the Owner, unless a quantity is shown as a bid item of the proposal for gravel or SB-2 street crossing backfill. All excavated material which is unsuitable or not needed for backfill shall be wasted or disposed of to the satisfaction of the Engineer. It shall be the Contractor's responsibility to provide areas to deposit waste material and rock. Surfaces shall be cleaned up, all hummocks and piles smoothed down, and the surface left neat and workmanlike. Where existing drainage ditches are • disturbed or obstructed with excavated material, such material shall be entirely removed and the ditch lift to original line and grade. TS -1803-10 COPVRINT © 1166 CRMTON, TULL i A660CUTE6, INC. The Contractor shall use topsoil (previously separated from the subsoil) as the final layer in the trench. Topsoil shall be used to keep the trenches filled and maintained across yards, gardens, pastures, or fields. The topsoil present after backfilling and maintenance work shall be at least the thickness as existed before excavation work began. Any areas found deficient in thickness of topsoil shall be repaired by adding topsoil obtained from other sources at the expense of the Contractor. The cost of all backfill including all handling of excavated material, select backfill material, and the disposal of waste material shall be included in the lump sum contract price and will not be paid for separately as backfill, unless a quantity is shown in a bid item in the proposal or select backfill, crushed stone backfill, or the like. D. Cutting and Replacing Special Surfaces: Wherever it becomes necessary in excavating to disturb • special surfaces, such as paved or gravel roadways, drives, walks or parking areas, the original surface shall be restored after completion of the backfill. In these instances, care shall be used in making the backfill by tamping in accordance with the preceding subsection to eliminate future settlement and the surface shall be restored as specified below. The Contractor shall replace all street surfaces immediately after the pipe has been laid. Where concrete curbs and gutters are disturbed, they shall be replaced to match the original curb and gutters. Concrete curb and gutters cut and replaced shall be paid for only in street cut and repair bid item only 3f one is listed in the proposal. Where concrete sidewalks are disturbed, they shall be replaced to match the existing walk and finished to match the existing walk on either side of the cut. Concrete sidewalks cut and replaced shall be paid for as sidewalk cut and repair. Concrete, asphalt and gravel streets, parking lots, and driveways shall be cut and replaced in accordance with • the details shown in the specifications. TS -1603-11 coPTmGHT © till COAFTON, TUII L MOCUTEL, INC. In gravel surfaced streets and other areas where the gravel will be disturbed in excavating for trenches and after the backfill has been so placed that no further appreciable settlement will occur, gravel over the trench shall be replaced to the same compacted thickness as the original surfacing. During construction, the gravel on the remainder of the street not occupied by the trench may also be covered with dirt from the excavation. After completion of the backfill, such dirt shall be removed so far as possible and additional gravel shall be placed on the street until the surface is as weather - resistant and traffic -resistant as the original surfacing. Where the Contractor disturbs gravel, concrete or bituminous surfaces which were not required to be disturbed in the opinion of the Engineer,the surfaces shall be replaced by the Contractor to its original condition at the expense of the Contractor and at no cost to the Owner. E. Cutting and Replacing Fences and Lawn Sods Whenever it becomes necessary in excavating to cut • fences and disturb lawns, the fences and lawns shall be restored after completion of the backfill. All lawns shall be hand raked and the area left as nearly as possible to its original condition. Fences shall be restored to their original condition using the same type of materials that were used in their original construction. Shrubbery shall be taken up ahead ❑f construction, stored, and reset in such a manner as to damage it as little as possible. Any shrubbery damaged by the construction shall be replaced by the Contractor to the satisfaction of the Property Owner at no cost to the Owner. The cost of all work under this section shall be included in the lump sum contract price and the unit price for pipe and will not be paid for separately, unless a bid item is shown in the proposal for top soil replacement, fence crossing repair, or right of way clearing. F. Concretes Al] concrete shall be composed of the materials described in the materials section of these TS -1803-12 COPYRIGHT © SAS CNAPTON, TOLL I ASSOCIATE; OW. specifications. They shall be proportioned by weight in such a manner as to obtain a plastic workable mix. All concrete shall be Class "S" or Class "B" concrete a designated on the plans or specified herein. At least two (2) test cylinders shall be made and tested from each separate pour unless exceptions are permitted by the Engineer. Class "S" concrete shall contain not more than five and one half (5.5) gallons of water to the sack of cement, including the water in the aggregates, and not less than six and one half (6.5) sacks of cement per cubic yard of concrete and have a twenty-eight (28) day compressive strength of at least thirty five hundred (3500) pounds per square inch. Class "B" concrete shall contain not more than six and one-half (6.5) gallons of water to the sack of cement, including the water in the aggregate, and not less than five (5) sacks of cement per cubic yard of concrete and have a twenty-eight (28) day compressive strength of at least twenty-one hundred (2100) pounds per square inch. Concrete shall be mixed in an approved mixer for not less than one and one-half (1-1/2) minutes after all materials are in the drum and shall be deposited within the mixture design time tolerance after mixing. Hand mixed concrete will not be allowed. In placing concrete, care shall be taken that the freshly mixed mass is to be placed and vibrated so that there is no tendency for the coarse aggregate to segregate from the mortar, that no rock pockets are left, that the concrete flows readily around the steel and into the extremities of the forms, and the whole freshly placed mass becomes a plastic, jelly -like mass, but without free water in appreciable quantity on its surface. No concrete shall be poured without vibration with mechanical or magnetic internal vibrators. All concrete shall be poured through tremies unless otherwise permitted by the Engineer. The free fall of concrete shall be held to a minimum. Forms for concrete shall be rigidly placed so that they cannot bulge or warp and leave an unworkmanlike finished surface. They may be constructed of any material with sufficient strength that will give the finished work a satisfactory surface; however, metal forms will not be permitted for concrete which will be exposed for any of the completed work, except upon the specific approval of the Engineer. TS -1803-13 c0AYW2Hi © im CRAFTON1 loll S AtSOci*i[; 9R. Forms must be sufficiently tight so that mortar cannot escape from the concrete in appreciable quantities. Forms shall be cleaned and thoroughly moistened or treated with form oil before concrete is placed. All reinforcing shall be rigidly fastened in the forms prior to the pouring of any concrete in such a manner that the steel will be held accurately to the location shown on the plans. Steel shall be cleaned of rust, scale, oil or other surface material before being placed in the forms. Before depositing concrete on or against concrete which has taken its initial set, the hard concrete shall be broken off down to coarse aggregate and wire brushed to remove foreign matter and laitance. A layer of grout of the same cement, sand ratio as the concrete, without coarse aggregate, shall be placed to a thickness of one (1) to two (2) inches on the brushed surface after which new concrete shall be placed immediately. All concrete shall be properly protected from too rapid curing or from freezing while green. If the weather is hot or dry, all freshly placed concrete shall be covered • with a matting or other suitable material and kept moist for at least ten (10) days after pouring, or a curing compound may be used with the approval of the Engineer. All concrete surfaces, EXCEPT floor slabs; exterior surfaces below finished grade and the interior surfaces which will not be exposed shall be finished in the following manner. Forms shall be removed from such surfaces as soon as structurally possible and all depressions or imperfections immediately filled with mortar. The surface shall then be machined or hand rubbed until the entire surface has a smooth homogeneous, pleasant appearing finish of uniform texture and color. Any delay in patching or rubbing such surfaces shall be cause for rejection of the entire structure. No mortar or wet cement shall be used in finishing except mortar necessary to fill imperfections. Edging tools shall be used on all exposed top edges. All exposed edges and corners shall be chamfered one (1) inch where shown on the plans or directed by the Engineer. The Contractor shall check with the Engineer prior to making any pour to determine where chamfers are required. TS -1803-14 COPYRIGHT © It CRAFTOK, TULL i ASSOCIATES, INC. • Construction joints shall be provided as shown on the plans. The Contractor may elect to use more or less, depending upon his method of placing concrete. However, for all construction joints in walls and slabs below finished grade and in water bearing structures, water stops shall be used. G. Placing Reinforcing Steels Reinforcing steel shall be accurately positioned to the dimensions shown on the plans and as described in those specifications. Reinforcing steel shall be cleaned of all mud, ice, oil, loose rust and scale or any other material which would destroy the bond. Reinforcing steel shall be positioned and secured against displace- ment by tying with annealed tie wires and placing on metal supports, spacers, or hangers as approved by Engineer. H. Handling and Laying Plastic Pipe: All plastic pipe shall be handled and stored in accordance with the manufacturer's recommendations and the applicable provisions of these specifications. I. Handling and Laying Ductile Iron and/or Cast Iron Pipe Fittings: In the transportation, unloading and handling of cast and ductile iron pipe, the pipe shall not be dropped, let roll and collide with another pipe, or be subjected to any unnecessary jar, impact, or other treatment that might crack or otherwise damage the pipe. Before laying the pipe in the trench, the bottom of the trench shall be carefully graded and prepared and bell holes excavated so the pipe shall have a uniform support along its entire length except at bell holes. The inside of the bell and the outside of the spigot shall be thoroughly cleaned of all dirt, mud, grease and other foreign material before starting the joint. In laying flanged, screwed, roll-on or mechanical joint pipe, careful attention shall be given in alignment so that all joints can be pulled home and made tight and workmanlike. • Anchorage blocks of Class "B" concrete against undisturbed earth shall be placed on each side of all TS -1803-15 COPMGMT © IOU CRAFTOM, TOLL I ASSOCIATES, WL • bends and on the unbalanced side of tees as shown in the stand details. The inside of iron pipe shall be cleaned of all foreign materials before the pipe is placed in service. Ends of the pipe shall be temporarily plugged at the close of each days work. Cast iron and ductile iron pipe used in structures and where noted on the plans to be included in the lump sum contract price shall be included in the lump sum contract price and will not be paid for separately. The prices for pipe shall include materials, excavation, backfill, maintenance of backfill, and all other work incident thereto. J. Pipe Encasement far Railroad and Highway Crossings: All water lines across highways and railroads shall be encased. Encasement shall be installed without disturbing the surface by boring or jacking or as required by the Highway Department or Railroad. • Welded steel pipe or coated corrugated metal pipe encasement for railroad and highway crossings shall be placed in accordance with standards of railroad or State Highway Commission. The encasement pipe shall be of sufficient size to install or remove the carrier pipe. • Highway and railroad crossings required shall be installed by the highway or railroad surfac crossings shall be measured in casing to end of casing on the highway or railroad. of the various sizes boring, without disturbing es. Highway or railroad linear feet from end of opposite side of the Any concrete, asphalt or gravel surfacing disturbed and requiring repair on roadbed or shoulders within the limits of the casing will not be paid for separately but shall be included in the lump sum price for boring and encasement. The lump sum contract price shall include the quantities of highway and railroad crossings given in the Proposal's List of Variable Quantities and the contract unit price will be used to adjust the contract price for variation of actual quantities from those estimated. TS -1903-16 COPYRIGHT © flu CRATTON, TOLL A ASSOCIATE; Wit. 0 K. Installation of Valves: All gate valves shall be set with operating stems in true vertical position unless otherwise shown on the plans. All valves outside of structures shall be provided with operating nuts and valve boxes which shall be adjusted so that the covers conform to adjacent finished grade. Valve boxes for two (2) inch and smaller valves shall be set on concrete blocks in order that no weight exerted on the box will be transmitted to the valve. The lump sum contract price shall include the quantities of gate valves given in the List of Variable Quantities and the Contract unit prices will be used to adjust the contract price for variation of actual quantities from those estimated. L. Installation of Fire Hydrants; Fire hydrants shall be properly located with respect to property lines and streets, and shall be set at proper elevation, truly plumbed,and properly oriented. Hydrants shall be backed by concrete to prevent the hydrant from_blowing off the lead. Hydrants shall be set with at least three (3) cubic feet of crushed stone or gravel at the base to serve as drainage. Where it becomes necessary for the Contractor to lower the pipe to cross ditches,highways, railroads, roadway and/or utility lines, the Contractor shall provide fire hydrant extensions as necessary to set the hydrant as shown on the plans. Such extensions will be paid for by the pound under cast iron fittings. Hydrants shall be set to the established grade with nozzles at least (12) twelve inches above the ground as shown or as directed by the Engineer. After the installation of the fire hydrants has been approved, the Contractor shall paint each fire hydrant with two (2) coats of an approved fire hydrant paint. The paint and color shall be as approved by the Engineer. The lump sum contract price shall include the number of fire hydrants given in the List of Variable Quantities and the Contract unit price will be used to adjust the • contract price for variation of actual quantities from those estimated. TS -1803-17 COPYRIGHT © Ion CRAFTON, TULL I ASSOCIATES, OIL Hydrant pipe leads will be measured and paid for as a part of the fire hydrant assembly for all leads less than 10 feet long. M. Future Location Devices: Unless specified otherwise in the "Bid Schedule Prices To Include and Special Specifications", Contractor shall install 12 gauge insulated wire under all non-metallic pipe, including service lines, installed under this contract. At all valve boxes, tees, etc. wire insulation shall be peeled back and taped to the box, tee, etc. an extension of the wire shall be brought up inside each valve box to allow a metal locator to attach to it. The wire's insulation cover shall be either white, red, orange or some other distinguishable color. The Contractor shall pay for all water used for testing and sterilizing water lines if required by operating authority. N. Installation of Tapping Sleeves and Valves: Tapping sleeves and valves shall be installed at the • locations and in accordance with the details shown on the plans. Tapping sleeves and valves shall be installed in accordance with the manufacturer's recommen- dations. Equipment used to install tapping sleeves and valves shall be in good condition and must be approved by the Engineer. Telescoping cast iron valve boxes, adjusted to the proper grade, shall be provided and installed with all tapping valves. The cost of all labor, equipment and materials shall be included in the cost of tapping sleeves and valves. 0. Installation of Services Lines: If listed in the bid items of the proposal, service lines shall be furnished and installed where indicated on the plans or in the location designated by the Engineer and shall be in accordance with the details shown on the plans and in these specifications. The services from the main to the property line shall be installed as nearly as possible at 900 angles to the main as shown on the plans. TS -1603-18 COPYRIGHT © 1W CNAFION, Ml t ASSOCIATES, OIC. iService pipe complete in place of each size listed in the proposal will be measured in linear feet along the centerline of the pipe. The lump sum contract price shall include the quantities of service types and sizes given in the List of Variable Quantities and the contract unit prices shall be used to adjust to contract price for variation of actual quantities from those estimated. Where required, service connections shall be installed under highways, railroads or other areas by boring. Service connection boring shall be measured by the linear foot from end of encasement to and of encasement on opposite sides of the highway or railroad. Encasement pipe for service connection borings shall be as required by the railroad or highway department. The lump sum contract price shall include the quantities of service connection boring as given in the List of Variable Quantities and the contract unit price will be used to adjust the contract price for variation of actual quantities from those estimated. • P. Cleaning Up: After the construction work is completed, all refuse and debris resulting from the work shall be cleaned up and disposed of to the satisfaction of the Engineer. Structures shall be washed or swept out and left clean and neat. Except as noted all excess excavation, waste concrete, piping, lumber, or other refuse shall be removed from the site of the work and the site levelled, graded and dressed up until it has a neat, smooth and workmanlike appearance. Any fences or other existing permanent structures disturbed during the work shall be restored after completion of the work to their original condition. The cost of all work and materials under this subsection shall be included in the lump sum contract price and will not be paid for separately, unless a bid item is shown in the proposal for waterline clean-up. 1803-4.0 TESTING AND STERILIZING: A. Testing: • After the water lines have been laid as specified, the system shall be given a hydrostatic pressure test, and TS -1803-19 COPYRIGHT © t CPAfTOk TOLL A ASSOCIATE; OIC, n • a leakage test in accordance with AWWA C600. These tests shall be performed by the Contractor in the presence of the Engineer. For the Hydrostatic test, the section to be tested shall be slowly filled with water and all air expelled. Pressure shall be applied by means of a pressure pump and maintained for at least two (2) hours or until the whole section can be examined. The test shall be at such a pressure that no part of the line shall have a pressure less than one hundred (100) pounds per square inch,or less than fifty percent (50%) above normal operating pressure, whichever is greater. All leaks and defects found during the test shall be satisfactorily repaired and corrected by the Contractor. After the hydrostatic test has been made, the Contractor shall make a leakage test under the same pressure conditions. Each leakage test shall be of two (2) hours duration or longer, if necessary to satisfy the Engineer that leakage in the line meets Specifications. The construction of the line shall be such that leakage shall be no greater than the following: SEE NEXT PAGE TS -1803-20 COPYRIGHT © mS CRAFTON, TULL i ASSOCIATES, Pit a. C J Oo mm � . x r0 •• A0 A0 n I; t0 to W* to to d d • d � 1 t7 NNNn to t0 Ion to to $ d d d x IWo -• w f F J J - fY O Ot .+ O t0 m 0 m t0 n t0 �1 Iff 3 o W LL N t0 m QI d N Ot n d + U1 •+ d' t0 C tri tri Iri a v v v m 1 ai a s r n w z �ppp a�pp Z O T t0 d O t0 N O A0 to M O N o J J 0 N U1 ui-d d d d m m M m N LLaz w w — H to a 0o 0o .r p m IO p 0% cp t0 N In < Li- s z f�l N N •0! N-4 O+ n to N w tsJ V d d M m m m N N ,N N Jr ? W J• LL M O w J W I- aLii— a0 t0 M n In m N O • m s < +.: N m m M m N N N N N h N V+ Ch _ i• is. 3 Q1 •W O J O m 2 ti o p •'a po QI N 0 N O cc F H O .., S CO t• 0 d M N •4 O0 S < m _, l_.. W N M P'1 N N N N N N -+ .•1 "1 "'1 w W 3 W O O I 0 J W aZ n O M d d d m •+ tT tO .+ In z m w r O W z fA n In m N •y O O� n t0 In M s~ Z w m a t w orw o d to O: w i•' J to • o zz W v¢ J tO inn d N Oit•• Qt tp N tInn d . fI+l• N w 0 � w Y N N N N .d N N N . N .•/ w 0 m f7 - LL < G W w v ZOO < O a m O n N d tD m Ot Ot AO O - W J w o_ s J d N •� O! 0 n tO I!! m N• Cl-_i J r- " I- J "" N N .. .a ..r ..i .4 .. .. .+ .4 .r C m< .� onw S CL 30 J .r O tT tO 4t N M OJ tT O �+ o 0 J= • F-• LL J J < Na a+ C tg to v d m N .. .. O < - J ¢ Z .r ..1 .r .r .•t ..t .•1 ..1 .i .O .•1 p to •ufl 0 N 0 W W a o p Q Q�ft in 1- 2a Z tin tlf tp ll• N • q mi p QI OI • n Z W ¢ w i .+ + r .+ .•1 .+ + O O O O w J 0 J O < p o p wUi N N .Ni O• Qt • O S n tn0 $ Zoo m i+ O O O O O O O - J z J oa< In QQ A0 to .a ,dy 01 In Q In Z F•• , 3 0 QI n n n W to _• �• • O C O 6 J LL 0 0 0 O O O O O f0 O 1 NIC 00000000 0000 l -00N H 3W Ntn Z N m J •d v 1A M m •r! N 9 g N d J Z U w . SO O O O O C O 0 6 O.O O a� 4W nom-. 0 o Q CC - Z a N M S N N N N N N `� .-4- .ri ti z u z O O O O O O O O O C O O • NNI S C in which L is the allowable leakage, in gallons per hour; N is the number of joints in the length of pipeline tested; D is the nominal diameter of the pipe, in inches; and P is the average test pressure during the leakage test, in pounds per square inch gauge. If the leakage in the test section does not meet Specifications the Contractor shall locate and repair the leaks and retest the line. B. Disinfection: All mains, service lines, hydrants, valves and storage • facilities shall be thoroughly flushed and disinfected in accordance with AWWA C601 after having been tested satisfactorily as outlined above. All water distribution lines shall be sterilized with chlorine before being placed in services. Either liquid chlorine or hypochlorite shall be used in such amount as to provide a dosage of not less than 50 ppm. The sterilizing agent shall be introduced in any manner that will insure a uniform distribution. Following a contact period of not less than 24 hours, the chlorinated water shall be flushed from the lines and samples taken and analyzed for bacterial purity. This process shall be continued until the samples indicate that the water is safe for domestic consumption. All valves in water lines being sterilized shall be opened and closed several times during the test period. It shall be the responsibility of the Contractor to sample each line or outlets as required by the Engineers and to deliver said samples to the State Board of Health Laboratories for testing. Delivery shall be made within twelve (12) hours after sampling. The results of testing shall be submitted to the Engineers directly from the laboratory. The sterilizing agent shall not be placed in the pipes • during construction. The sterilizing agent shall be introduced after completion of the pressure test. TS -1803-22 turtRIGNT © Tl CRAFTON, TEL f ASSOCIATCS, at. 0 • o •• CONCRETE CAP III S. e•••. • I • O • o,14.0°) .o.''q . `�` `• 24-250L8. CAST IRON :h: o o•'':.a. FRAME AND COVER (ADJUST .o•' TO GRADE) IN NON PAVED AREAS. 300 LB. CAST IRON FRAME AND COVER IN PAV- ED AREAS. CONSTRUCT FOUR(4)COURSES OO OF BRICK TO PROVIDE FUTURE ��C ADJUSTMENT TO GRADE. IF BRICK CONSTRUCTION IS SPECIFIED APPLY 1/2 CEMENT ID PLASTER b'ISIDE AND OUT. ...C NOTE' I. CONCRETE MANHOLE BOTTOM SHALL SUPPORT PIPE -- -- : THROUGHOUT MANHOLE EX- ' •' AND TO,BUT NOT INCLUDING,NEAREST PIPE Y:c, JOINT. o;. ° d-0" . MIN. 6=UTOB'CUT °.o °D ° ° �.• Vn -r G ... • .:. .. e . , '.. O':. , Ii _, a , •: • • TYPICAL N�ANH LIE CRAFTON.TULL AND ASSOCIATES. INC. Architects 8 Engineers ansm Ropers. Ark72756 CITY CF FAYETTEVILLE UTILITY RELOCPTIONS PT RELOCATED CS HUY. 71 2/.O Project No. 88098 Sheet No. 1 • Iie 1• 2'-0" ■ 6" THICK CONC. PAD SET AT FINISH GRIN VALVE BOX To SE SUPPORTED IV COMPACTED FILL COVER TO GRAD[ P SACKFILL EXTENSION VALVE Box GATE SOX 4" OR GREATER PIPE SIZE - TWO PIECE VALVE BOX 562-S OR EQUAL FOR CORRECT DEPTH 3" OR LESS PIPE SIZE - TWO PIECE VALVE BOX 142-Q OR EQUAL FOR CORRECT DEPTH I CAL GAT I> Crafton. TuN. AI D ASSOCIATES, INC. Architects & Engineers Rogers, Arkansas 72756 VALVE DE TAI Not To stela CITY OF FAYETTEVILLE UTILITY RELOCATIONS AT RELOCATED JS hWY. Ti 2/90 Project No. 88398 Sheet No. 2 0 C Grafton, Tuft. AN ASSOCIATES, INC. Architects & Engineers Rogers. Arkansas 72756 CITY OF FAYETTEVILLE UTILITY RELOCATIONS AT RELOCATED US Hl1Y. 71 2/90 Project No. 380:3 Sheet No. 3 9 Ci NOTE ; t Is'tiettain S M te"nrr esdM.tt.d .•N. O.Se•eMne M trtw ewe ..nVot.t.. .tte11 M O1.w -'.t 1.1'.r t.w.•M I. "—NW. ■ Li tflt4nqs -Itt' .wta.n..e nutlet sA II M bstkn eS.Irr ewer M -sip' -- of sweep.-, .ttel•.t IS ter twesrer• .e.w•el, nd.i.e e. etftwe Mr._.t* Y teetrMM. S. tsr-M on Mesy. notes ve it - err. • Her Sane at ttrwieu.. MMer tdr eM.edng teen., TOMAL SWM6 MFT Or AREA Of IRIDISIIMOLO 2AATMaLI FOR 11OIY$T SLOCKIN CONCRLTL BEHIND 100 Pal Water Pressure DEAD !0• 65• 22-112• 11-1/6• om SEND 61110 SEND OEM 2' z 2 2 1 1 3• 2 2 2 1 I'• 2 3 2 1 1 6• 4 6 3 2 1' b n 16 $ 4 2' lY 15 11 12 6 3 14 zo 28 15 8 4 16• 25 25 20 10 6 18• 32 45 25 14 7 20• SQ 65 30 1S 2 2d• 65 76 42 22 1t• Titel s.rly .res .Mend M Incrtr d Ii direct proowclen to as Mt Iitpeted test *ensure K' St.. Unamer Pressure " to the 100 PSI .rater pteswr. assumed, Out b.ddltn. ere" should Sot be Iedt than that ii.... •boss. TYPICAL. THRUST BLOCKING. 4> Gaftont Tull, AND ASSOCIATES, INC. Archilects & Engineers Rogers, Arkansas 72756 CITY OF FAYETTE'JILLE UTILITY RELOCATIONS AT RELOCATED US HWY. 71 2/90 Protect No. 880,8 Sheet No. 4 LIMITS or NEW WIRE VARIABLE S' S. 'PEN TATREATED BRACE POST. S S STRANDS NO. f WIRE TWISTED- ofPENTATREATED POSTS NOTE I 1. H-broce units Moll be instolle0 prior to cutting existing fence. 2. Height of posts to match existing posts. 3. New wire Molt be the some type as sx'rsting fens. TYPICAL FENCE REPAIR DETAIL Not To Scale CRAFTONsTULL AND ASSOCIATES, INC. Architects d Engineers Hogan. Arkas 72756 CITY CG FAYETTEV'ILLE UTILITY RELOCATPOWS AT RELOCATED US HWY. 71 I Date 2/90 Project No. 8808 Sheet No. 0 I• 11 L LtG 0 J v C J 'I I.t_ n Q V F - Z o t / p 0 J 0 L a J� 1 u C D I Li 1 .n 'In* H I 4 Qa d l3 __ H _ 'L90 Wit' Z x I 4z;z .O - _ . J z C do zdiJJ a p440 0Q0 8Sz a J� aid 4 ≤6 •�Zn ac2- .a 4 II 0- . WJ d -J N I tL390Vi d0EEj4J1� t1r 1� �Ivtsadui d4.11 i�i D>=TAIL V/ 5-1 V47 Crafton, Tull, AND ASSOCIATES, INC. C Architects a tngmeers Rogers. Arkansas 72756 CITY OF FAYETTEVILLE UTILITY RELOCATIONS AT R:LOCATEC JS HWY. 71 Date 2/90 Project No. 880' Sheol No. 6 0 u 1' APCO 144 AIR RELEASE VAL'L'E AIR VACUUM C< EQUAL. STANDARD CONCRETE MANHOLE CONE SECTION CORPORATION STOP c. TAPPING SADDLE a' AS REQUI RED : �r ' ab SB-2 V 1f+..`I1.�W TYPILAL AIR'RELEASE VALVE 4NSTALLATION eRAFTONITULL AND ASSOCIATES, INC. A►dit.ds i Engineers RaW &*Won 72756 1 p. CITY OF FAYETTEVILLE 2/9C UTILI1Y RELOCATIONS AT Pro No• RELOCATED U.S. HWY 71 88Cob Shelf N& i] /C�tHMGC OAF PROJECT: Utility Relocations at Relocated (Nave, Address) U.S. Hwy 71 Fayetteville, AR. TO CONTRACTOR: Don Mitchell, Inc. (Name, cdress) 883 White Oak Drive Rogers, Ar. 72756 OWNER ENGINEER G CONTRACTOR OTHER (T CHANGE ORDER N0:3 PATE: July 16, 1990 ENGINEER=_ PROJECT NO: 88098 CONTRACT PATE: April 30, 1990 CONTRACT FOR: Water F Sewer Location The Contract is changed as fcllows: This change order deletes change order No. 2, dated June 13, 1990. This change order was made necessary because existing 16" casing could not be pushed, so a 14" casing will be installed through the existing 16" casing under this change order. SEE ATTACHED PAGE NOT VALID UNTIL SIGNED BY THE OWNER, ENGINEER AND CONTRACTOR The original (Contract Sum) (Guaranteed Maximum Price) was.........$ 354,395.45 Net change by previously authorized Change Orders ...................! 3,357,;0 The IContract Sun)(nRRARtrR1xNAxA.nxRxsrt1xprlor to this Change Order was...... .. . .. ..... .f 357,752.55 The (Contract Sum)iEiRRRRRteelxftaxj.M Ricizril will be (increased) (dmma*asrdkkmiiekan¢edkxby this Change Order in the amount ofa..f 24,664.06 The new (Contract Sum) fffKRRAR*RR1xNARAAAAXRRSRm3 including this Change Order will be......................................f 382,416.61 The Contract Time will be(kRRRRASAI3](1mlxmasplitlunchanged) by..... 1 0 ) days. The date of Substantial Completion as of the date of the Change Order therefore is...........a.................. a........ ...... August 13, 1990 NOTE: This summary does not reflect changes in the Contract Sua, Contract Time or Guaranteed Naximua Price which have been authorized by Construction Change Directive. Grafton, lull L Assoc. Don Mitchell, Inc. City of Fayetteville EN6INEEA CONTRACTOR OWNER 2800 N. 2nd ADDRESS Rogers, AR. BY 2Y't�*�v DATE 883 White Oak Drive ADDRESS 113 West Mountain ADDRESS CONTRACT REVIEW Change Order No. 4 Water and Sewer Relocations Cato Springs Road and Highway 71 Don Mitchel, Inc Accounting II 1 Auditor i isor officer _ Date Date Date U) -it- Date If - 3 -ii, r✓ Date CHANGE ORDER PROJECT: (Name, Address) TO :ONTRACTOR: (Name, Address) Utility relocations at relocated U.S. Hwy. 71 Fayetteville, Arkansas Don Mitchell, Inc. 883 White Oak Drive Rogers, Arkansas 72756 CwNER ❑ ENGINEER O CC•NTRACTCR ❑ OTHER El CHANCE OF.DE^. NO: 4 GATE: September 19, 1990 ENGINEER 5 FROJECT NC: 88398 CONTRACT D TE: April 30, 1990 CCNTR.CT FOR: Water & sewer revocation Ire Contract :s changed as follows: A deduction of price for 8" 0.1.P. installed thru 478' of 14" steel casing on crossing 114 on page 4 of the plans, shall be deemed as justified compensation for acceptance of unspecified work. Pipe was installed without redwood supports as specified and installed with pipe bell downstream instead of upstream, as specified. The deduction of $2.00 per lineal foot of pipe installed thru 478' of casing is $956.30 NOT VALID UNTIL SIGNED BY THE OWNER, ENGINEER AND CONTRACTOR The original (Contract Sue) was..........$ 354,395.45 Net change by previously authorized Change Orders ...................$ 27,806.16 The (Contract Sum) 18xaxatsLeagxMax871a7ix$]eTE) prior to this Change Order was........._......._.. ..... .... ......,. . . •.......$ 382,201.61 The (Contract Sum) fB nca[MKdxM8)F;Tia7ixF#>F ) will be PE &V (decreased) by this Change Order in the amount of...$ 956.00 The new (Contract Sum)(&¢atcamtemgxl4axzaaax8xaxp) including this Change Order will be......,.... ..... .... ...... ... ... . . .$ '.81,245.6] The Contract Time will be (increased)(decreased)iunchanged) by..... I -C- ) days. The date of Substantial Completion as of the date of the Change Order therefore is ............................................. August 13, 1990 NOTE: This summary does not reflect changes in the Contract Sum, Contract Time cr Guaranteed Maximum Price which have been authorized by Construction Change Directive, Crafton, Tull & Assoc. Inc. Don Mitchell. Inc. City of Fayetteville ENGINEER CONTRACTOR OWNER P.O. Drawer 549 883 White Oak Drive 113 West Mountain Rogers, Arkansas 72756 Rogers, Arkansas 72756 Fayetteville, Arkansas 72701 ADDRESS ADDRESS ADDRESS �• / , • .• Q ! 1,1. • CHANGE OREEF ObNEF Q ENGINEER O CONTRACTo4 D OTHER C1 Utility Relocations at Relocated CHANGE OF.EF NO: Five (5) FRC•3EC1. U.S. Hwy. 71 :Nafte, Address) Fayetteville, AR PP1E: November 9, 1990 TO CONTac,rTOp: Don Mitchell, Inc. (N=ME, Acdress;883 White Oak Drive Rogers, AR EN1Ir,EER S PROJECT NC: 88098.00 CONTRACT PPIE:APril 30, 1990 CONTRACT FOR: Water & Sewer Relocation .`r Cortract changed aE 4oIIois: I. Relocate Tom Morgan.'s Water Service Add (See Attached Sheet) $2,720.68 2. Relocate Robert Dowell's Water Service ..................Add (See Attached Sheet) $ 640.C0 3. Repair Highway Slope - Highway 265 ......................Add (See Attached Sheet) $ 280.00 4. Drop Manhcle Assembly - Line 4 5. Fire Hydrant Assembl $1,790.60 y ...................................Add $2,075.00 (See Attached Cheat) TOTAL ADD NOT ;/;LID UNTIL SIGNED BY THE OWNER ENGINEER AND CONTRACTOR The original (Contract Sum) was.........•$ 354,395.45 Met change by previously authorized Change Order s...................f 26,850.16 The (Contract Sum) prior to this Change Order was.... .... ••••.•...•) wil.•be•lincreas......•S 381,245.61 The (Contract Sum) ( ed) by this Change Order in the amount of...$ 7,506.28 The new (Contract Sum) including this Change Order will be......................................S 388,751.89 The Contract Time will be (increased) (decreased) (unchanged) by..... ( 0 ) days. The date of Substantial Completion as of the date of the Change Order therefore s. . .. .. . . . a S S S • .. .. ... ••...... . . . . .. August 13, 1990 NOTE: This summary does not reflect changes in the Contract Sum, Contract Time or 6uaranteed Maximum Price which have been authorized by Construction Change Directive, Cra: _ r, Tull & Associates ENBI'v[ IF P.O. iriwer 549 AD ES Roger';, AR 72757 B Y ✓ DATE Don Mitchell, Inc. CON'RACTOR 833 F.'hite Oak Drive ADDRESS City of Fayetteville OWNER 113 West Mountain ALDRESS Rogers, AR 72756 Fayetteville, AR 72701 { 61L/ t /lwlt/..lf/ _ V CHANGE ORDER NO. FIVE UTILITY RELOCATIONS THE CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS CTA NO. 88098.00 ITEM NO. Relocate Tom Morgan's Water Service: Material: 1" Corp. Stop $ 12.50 30' of 1" Copper Tubing at $1.60 $ 48.00 400' of 1-1/4" pipe size PVC tubing at $.84 $ 336.00 1" Copper & 1-1/4" Coupling $ 34.50 Two - 1-1/4" Dresser Coupling at $13.70 $ 27.40 13 Tons Base at $6.70 $ 87.10 Subtotal $ 545.50 Sales Tax $ 32.73 City will provide new meter box. Excavate and make 1" tap; locate corp. stop on existing service and salvage service; install meter at new locaticn and lay approximately 400' of 1-1/4" PVC line; connect new to old service line; backfill ditch, taping pole and old meter pit; haul off excess material from driveway (Includes two moves but no seeding). Two Days Equipment $ 800.00 (I.H.C. Hoe and Dozer; Dump & Pick-up; tools) Labor $ 864.00 Supplies $ 50.00 Total Direct Cost $ 2,332.23 15% Overhead and Profit $ 349.83 Subtotal $ 2,682.06 Bond - 1.44% 38.62 TOTAL ITEM 1 S 2,720.68 ITEM NO. TWO: Relocate Robert Dowell's Water Service: Material: Corp. Stop $12.50 (1.06) $ 13.25 Fertilizer seed and straw $ 17.49 Excavation Equipment 1/2 hour at $240/hr. $ 120.00 Backfill and Clean Up $ 46.25 Seeding Equipment $ 22.50 Labor $ 297.00 Fuel $ 20.00 Supplies $ 10.00 Subtotal $ 546.49 15% Overhead and Profit $ 81,97 $ 628.46 Bond - 1.44% TOTAL ITEM 2 $ 9.05 $ 640.00 ITEM NO. 3: :1epair Highway Slope - Highway 265 damaged by uncapped waterline: Clean ditch, install material and repair hole: Equipment $ 121.25 Labor $ 102.60 Fuel and Supplies $ 15.00 Subtotal $ 238.85 15% Overhead and Profit $ 35.83 $ 274.68 Bond - .44% $ 5.32 TOTAL ITEM 3 $ 280.00 ITEM NO. 4: Drop Manhole Assembly - Line 4 TOTAL ITEM 4 $ 1,790.60 ITEM NO. 5: Fire hydrant, 7.0 bury, including 12 x 6 reducer 6" valve & 12" & 6" retainer g:ands complete on Line 1 TOTAL ITEM 5 $ 2,075.00 CHANGE ORDER DWh:h Q ENGINEER El CUN RHLTOF Ci TH[R 11 PRUJECI: tName, Address) TO CONTRA:TOR: (Narc, ^dress Utility relocations at relocated CHAN3L CFDFF NO: 4 U.S. Hwy. 71 Fayetteville, Arkansas DATE: September 19, 1990 Don Mitchell, Inc. EN;INEEF 5 FRrJLC- Ni- 88098 883 White Oak Drive Rogers, Arkansas 72756 CJNIRNCI D+i c; April 30, 1990 '01J'?HCFOR; Water & serer relocation The Contract is charged as=ol]ows: A deduction of price for 8" D.I.Y. installed thru 478' vi ]4" steel casing on crossing 114 on page 4 of the plans, shall be deemed as justified compe..cation for acceptance of unspecified work. Pipe was installed without redwood supports a. sp:eciiied and installed with pipe bell downstream i:.stead of upstream, as specified. The deduction of $2.00 per lineal foot of pipe installed thru 478' of casing is $955.00 NUI VALID UNTIL SIGNED BY THE OWNER, ENGINEER AND CONTRACTOR The original (Contract Sue) (lixaxan#xtpltlxXyyxyp) was..........$ 354,395.45 Net change by previously authorized Change Orders...... ... .. .. ..... .1 27,805.16 The (Contract Sum) IHganrttc>sadxMmxY11151ucTgcg > prior to this Change Order was...... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .1••••i $ 382,:C:.1 The (Contract Sum) (Br x„g iilyjx ) will be PPR+I&Vk3e'ifg (decreased) cRcnKigKd) by this Change Order in the amount of...S 9 6.00 The new (Contract Sum) llsrcaxaoiaedx}laxauaxjexaxYt) including this Change Order will he......................................S 381,245.6: The Contract Time will be (increased)(decreased)(unchanged) by..... (-0- ) days. The date of Substantial Completion as of the date of the Change Order therefore is............................................1 August 13, :990 NOTE: This summary does not reflect changes in the Contract Sum, Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change Directive. Crafton, Tull 5 Assoc., Inc. Don Mitchell, Inc. City r.f Favett_evil:e ENE:NEER CONTRACTOR CANER P.O. Drawer 549 883 White Oak Drive ]]3 West Mountain Rogers, Arkansas 72756 Rogers, Arkansas 727`6 _ Fayetteville, Arkansas 72701 ADDRESS ADDRESS ADDRESS 6Y c X>'n ___ r. 14�&YETT l ;DTI I .1I,E THE CITY OF FAYETTEVILLE ARKANSAS DEPARTMENTAL CORRESPONDENCE_ TO: Kevin Crosson, Administrative Services Director FROM: City Engineer DATE: October 8, 1990 SUBJECT: Review of Change Order No. 4 Water and Sewer Relocations Highway 71 and Cato Springs Road Attached for Administrative Services review is Change Order No. 4 on the Water and Sewer Relocations at Highway 71 and Cato Springs Road. The change involves a reduction of the Contract Amount by $956.00. This contract reduction was negotiated as result of the Contractor 478 feet of 8 inch ductile iron sewer pipe incorrectly by omitting the specified redwood skids and by laying the pipe with the bells looking downhill instead of uphill. We felt that while the installation was satisfactory and would work without creating any maintenance problems for us, the City was due some compensation for work not done in accordance with the specifications. Please forward the Change Order to the City Clerk for the proper signature. Thank You.