Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
85-90 RESOLUTION (5)
RESOLUTION NO. 85-90 A RESOLUTION AUTHORIZING A CONTRACT BETWEEN CITY OF FAYETTEVILLE, ARKANSAS AND FOCHTMAN ENTERPRISES, INC. FOR GROUP _ "B" WATERLINE;: REPLACEMENTS. . 4 • BE IT RESOLVED BY THE BOARD OF DIRECTORS. OF THE. CITY OF FAYETTEVILLE, ARKANSAS: • • Section 1. That the Mayor and City Clerk are hereby authorized and directed to execute a contract between Fochtman Enterprises, Inc. and the City of Fayetteville, Arkansas in the amount of $434,620 for the Group "B" water line replacements. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. Section 2. budget adjustment budget adjustment hereof. That the Board of Directors hereby approve a in the amount of $237,983.00. A copy of the for approval is attached hereto and made a part PASSED AND APPROVED this 46ATTEST City 15th day of May , 1990. By: Ze/��.11`%%oG�/�,Gl��.rt,% Mayor • 0 M m ALIO INVIS 110 ro £ H c" O W 3 fn N 1-3 (D rHr 's1 F'.'(1 N n OOrra Or(r M rt x N Q m (D N N CO M 0 a \oO N v . LI- -ma n 0 cri a 0 n Cu N C 0 0 Cu a 9 9 a s M m m W rr la- 0' am W a xrrt m a. 1-- W RI w 0 a 0 n 1°:3 :a n ro Pr O L En n H O O QjLI Pa c 0 0 a p�.. W H 0 0 a N n-.ro Poy O I--1 LD 01-I = H N£ O- aa3 ;mn� tire £o Q O a 3 • SUJ4 lM Te;TdPD NOISIAIO P3 R 1 N v 1w O 111/3.11 INHWJ.NVdHO s)zoM ofTd =Z • w 0c o O H O O 0 113 3 n Po W rt rt m Mains/Contract Service: N z 0 .'b En NOIIVJ1IOdMI • N11 O N 8 N P NWNNN O bm"10.VICWN+OIOm-IO'VIFWN- P TT u�g •ig ll rliT tNn5 I15 9. 154 1.•99 ymM nImgig iiaNWRIIJONNNNE" 15 /RGRU gi ilggggR 18 yCA S9Am v q 'b v Mg yr 1�1 5l� _ N(�I -1 ypy� {w�$I _m N- r }- Op.. �-pOO OZS N N 5 _. NWN�� VI mko N-.mW#OO iS8g88181 UUP 8 i 88 58888 8 88888864a4 y �N 4� yp� R ijfj N MM Nits �pNNNH ViOUI VIN OUI ESHN+OeI0�V10 U1b mONt 8 88888 8 888888iR8�2SE888S2S2549' 8H 8 8 8 N 8 'g ''« N-,«~�NNgw Ng 10 P§ 8§5n 5 Wanda MgH o§1, 1 88 8 8 8 8 8 88888 8 8888888888888886888 MM yy1 ��Lj K N_N_I WN_ jN, N88 N_ N �(M;g� MMryry MM MNry1� }1�� 1MM1yy .. O O O t O ..... S 4 .. 8 1411 S S tI VI L V1 t 0 0 t 4 88 8 8 8 8 8 88888 8 8888888888888888888m gm w m V1 s O� Ol N N+ m P Ste :O L' g� "'tea; g 1 .. . . . . . ..... . ................... 88 8 8 8 8 8 88888 8 8888888888888888888 4 }� }� �.I p�M_�jN utg S S t N 8 8�S'Pt1l�i 8 158 Y a HO1G0ffiffi'$tnoC'•b'An i i'i 88 8 8 8 8 8 88888 H 8888888888888888888 "" M M M P N f�S W Ny OtP site NN Nr NjNm H ts al 88 8 8 8 8 8 88888 8 8888888888888888888 • • • ct S a w `Si . • . .Ibi 8 • 8 iS 5S8$e• 4 4 mmB oO ren4 ss 8 8 8 8 8 8 888 s 8HHH8HH�H88H8HlH�tB .6 q P P P iq 5'o� p”� ..= t1.7S7 Q .`500 + w q fS lWi 5 1y R 4 o 4 "m' %i LS 4.816 • 6 LS i5 2S 15 25 25 t5 o 25 25 b S o uI LS 25 88 8 8 8 8 8 8}5888 8 8888888888888888888 • • Cf i ig g O N C N T> ; O� . 0.10411 TTg2gignggPPWgliPleiMP aR t o 8 O 4111 {1j Iv O mN -. O [N� m-mnOn ��+SJ6y4y18 Q Y A W Y Y K H K 4 2 M Nm jIj p4 4. • pp� p YN Opii .§ 1 pO zpi pOip N7p0bppN ! / bee O 8 8 MO M8 8 8 sMy� yy8 MMs W O t il .+ W w N YiN 0' - 8 8 8 8888888 8 o 0 080gO-g, 8 8 8 88888888 M S N H M N O 0 P 8.8 8 8888888 12 li I 80gg08 8 8 8 8 8688888 Y te 7 !' .o M AVP g 8�� 8 8 8 8 ___ _ v a i g m g of § 8 8 8 8 888 8 Y M M 8 8 8 8 888 8 r 8 8 8 8 M M 8 § 8 's 8 8 N 8 8 8 g888888��8 8 8 888 s88 8 8 8 a 88888gq "88 § 8 § § apR58§§1 888 8 8 8 8 8888888 091 060 • MICR OFILMED SECTION 00500 CONTRACT THIS AGREEMENT, made and entered into on the /5-14•- day of jn/jC� 19 90 , by and between Foch man Enterprises. Inc. 4 P.O. Box 1168, Fayetteville, Arkansas 72702 herein called the Contractor, and the City of Fayetteville, Arkansas, herein- after called the Owner: WITNESSETH: That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the Owner as follows: 1. That the Contractor shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Drawings, Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled WATER LINE REPLACEMENT dated May, 1989, including: Invitation to Bid; Addenda; Instructions to Bidders; General Conditions; Supplementary Conditions; Performance and Payment Bonds; Specifications; the Proposal and acceptance thereof; and the Drawings. Sheet No. 1 - Cover • Sheet No. 2 - Work Areas Map Sheet No. 3 - Water Lines 61 and 21 Rose Hill Addition Sheet No. 4 - Water Lines 61, 62, 63, 64 and 23 Rose Hill Addition Sheet No. 5 - Water Lines 64, 65, 21, 23, 24, 25, 26 and 27 Rose Hill Addition Sheet No. 6 - Water Lines 81 and 66 Mount Comfort Road and Addington Avenue Sheet No. 7 - Profiles Sheet No. 8 - Details Sheet No. 9 - Details Section 00500 - 1 L / secMnQeHng nd Ears Consultin McorGora,ed Faye„eviller Arkansas • 1 2. That the Contractor shall commence the work to be performed under this Agreement on a date to be specified in a written order of the Owner and shall fully complete all work hereunder in 90 calendar days. 3. That the Owner hereby agrees to pay to the Contractor for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Proposal, in lawful money of the United States, the amount of: Four Hundred Thirty-four Thousand Six Hundred Twenty Dollars ($434,620.00 ), based on the Base Bid Price contained herein. 4. That within 30 days of receipt of an approved payment request, the Owner shall make partial payments to the Contractor on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by the Contractor, LESS the retainage provided in the General Conditions, which is to be withheld by the Owner until all work within a particular part has been performed strictly in accordance with this Agreement and until such work has been accepted by the Owner. 5. That upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls, material bills, and other costs incurred by the Contractor in connection with the construction of the work have been paid in full, final payment on account of this Agreement shall be made within 60 days after the completion by the Contractor of all work covered by this Agreement and the acceptance of such work by the Owner. 6. In the event that the Contractor shall fail to complete the work within the time limit or the extended time limit agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be paid at the rates designated in the Proposal. 7. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Surety Bond hereto attached for its faithful performance and payment, the Owner shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any reason such bond ceases to be adequate to cover the performance of the work, the Contractor shall, at his expense, within 5 days after the receipt of notice from the Owner, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the Owner. tvi_aTo Serval McClelland Consulting Engineers Incorporated Fayetteville, Arkansas Section 00500 - 2 8. No additional work or extras shall be done unless the same shall be duly authorized by appropriate action by the Owner in writing. IN WITNESS WHEREOF, the parti and date first above written, which shall, without proof an original Contract. WITNESSES: E fin.,. es hereto have executed this Agreement-on.theoday in six 'cif 6 ) counterpa'rt ,' each of % for the other counterpar4"beSgeemed Y try �YrC. r`". Fochtman Enterprises, Inc' Contractor or accounting 29' £L7)7 JtOn?7t2J o ,'3..City Clerk Approved as At orne for dwner Presid nt Title / CITY OF FAYETTEVILLE Owner OOYI�C./1/ By l/21.iiefe/ atcy Mayor Title McClelland nom' ngineers Engineers Incorporated Fayetteville, Arkansas Section 00500 - 3 J r ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND We Fochtman Enterprises, Inc. as Principal, hereinafter called Principal, and Fireman's Fund Insuaance Co. a corporation organized and existing under the laws of the State of Arkansas and authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety,. are held and firmly bound unto the City of Fayetteville, Arkansas as Obligee, hereinafter called Owner, in the amount of Four Hundred Thirty-four Thousand Six Hundred Twenty Dollars ($ 434,620.00 ), for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated entered into a contract with Owner for replacement of water lines, which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITION OF THIS OBLIGATION is such that if the principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure to do so and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against the Principal and Surety, jointly and severally, under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. McClelland nrol rs Mg EnEgineers Mwrporofed Fayetteville, Arkansos Section 00500 - 4 • • a t In no event shall the aggregate liability of the Surety exceed�the s?N1%, set out herein. ��rr,,,,k� ? r`�, a 9ba.n ' Executed on this lith day of May �;a19r ,---. u.'*_ P i -, S b Fochtman Enterprises Pr By Fireman's Fund Insurance Co. Surety J orney-n-fact II McClelland nco porang ea ` rv+l Engineers Incorporated Fa)orlevil/e, Arkansas Yn I Section 00500 - 5 GENERAL POWER OF ATTORNEY FIREMAN'S FUND INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPANY, a Corporation duly organized and existing under the laws of the State of California, and having its principal office in the County of Marin, State of California, has made, constituted and appointed, and does by these presents make, constitute and appoint W. R. McNAIR, JOHN A. McNAIR, MARK R. McNAIR and BRIAN YANDELL jointly or severally FAYETTEVILLE, AR its true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertaking, recognisances or other written obligations in the nature thereof and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do in the premises. This power of attorney is granted pursuant to Article VII, Sections 45 and 46 of By-laws of FIREMAN'S FUND INSURANCE COMPANY now in full force and effect. "Artie VD. Appointment and Authority of Resident Secretaries, Attorueydn-Fact and Agents to accept Legal Process and Mae Appearances. Section 45. Appointment. The Chairman of the Board of Directors, the President, any Vice -President or any other person authorized by the Board of Director, the Chairman of the Board of Directors, the President or any Via -President may, from time to time, appoint Resident Assistant Secretaries and Attorneys -In -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. Section 46. Authority. The authority of such Resident Assistant Secretaries, Attorneys -In -Fact and Agents shall be as prescribed in the Instrument evidencing their appointment. Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to make nth appolntment" This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of FIREMAN'S FUND INSURANCE COMPANY at a mating duly called and held on the 7th day of August, 1984, and said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Via -President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto, by facsimile, and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation: IN WITNESS WHEREOF, FIREMAN'S FUND INSURANCE COMPANY has caused these presents to be signed by its Vice -President, and its corporate seal to behereunto affixed this 7th dayof March , 19 88. STATE OF CALIFORNIA C COUNTY OF MARIN By m. /�//FI�REE/MM�1A/N'SS�FUND INSURANCE COMPANY "C/i��7G�J V..a-Pn dart On this 7th March 88 R. D. Farnsworth day of , 19 before me personally came to me known, who, being by me duly sworn, did depose and say: that he is Vice -President of FIREMAN'S FUND INSURANCE COMPANY, the Corporation described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year herein fust above written. ane OFFICIAL SEAL SUSIE K. GILBERT NOTARY PUBUC - CALIFORNIA Piinmd Office in Maria County My Commission Expires Noy. 11. 1988 msmunrnxm • STATE OF CALIFORNIA COUNTY OF MARIN CERTIFICATE (fe-ez-4-7. Navy Public I, the undersigned, Resident Assistant Secretary of FIREMAN'S FUND INSURANCE COMPANY, a CALIFORNIA Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore that Article VII, Sections 45 and 46 of the By-laws of the Corporal. on, and the Resolution of the Board of Directors; orth in the Power of Attorney, are now in force. �-7%� Signed and sealed at the County of Marin. Dated the J 0 y day of / / l (,(�, , 19 ` 6 366711—FF-11-87 pea- g aW asdaem Smvuy A0111:111.1f "CERTIFICATE OF INSURANCE PRODUCER CODE INSURED McNair & Associates P. 0. Box 819 Fayetteville, AR 72702 SUB -CODE Fochtman Enterprises, Inc P. 0. Drawer 1168 Fayetteville, AR 72702 COVERAGES, ISSUE DATE -(MM/DD/YY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANIES AFFORDING COVERAGE COMPANY LETTER A American General Companies COMPANY B LETTER •&i COMPANY C LETTER COMPANY D LETTER COMPANY E LETTER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TTHIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, • LTR O I TYPE OF INSURANCE '-GENERAL LIABILITY A' POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MMfOD/VV) ALL LIMITS IN THOUSANDS 1 -XI COMMERCIAL GENERAL LIABILITY i.-11-- —I CLAIMS MADE X OCCUR. 1 OWNER'S & CONTRACTOR'S PROT. AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS t.7 NON -OWNED AUTOS GARAGE LIABILITY ECA06181508 5-:r7-90 WAA82679820 5-7-90 GENERAL AGGREGATE I$ 1000' PRODUCTS-COMP/OPS AGGREGATE $ 1000.y... 5 -7 -91 j PERSONAL 8 ADVERTISING INJURY I $ 1 000 EACH OCCURRENCE j $ 1—_.1 0000,04 FI E DAMAGE (Any one lire) 1$50_... MEDICAL EXPENSE (Any one person) $ COMBINED i LIM TLE I $ 1000 BODILY I 5-7-91 i (Per/person) RY I $ EXCESS LIABILITY k" -7 OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY Binder 5-29-90 5-29-91 BODILY - INJURY I $ (Per accident) PROPERTY DAMAGE TCO22677579 5-7-90 5-7-91 5-7-91 EACH OCCURRENCE) $1000 1$1000 1 AGGREGATE STATUTORY 100 5O0 (EACH ACCIDENT) (DISEASE—POLICY LIMIT) I. $1100 1 OTHER Owner's/ Amount A n Contractor's Job $434,620 5-7-90 I $1,000 Combined Single ! &. P0 Protective Liability i Limit BI & Combined _;Additional Insured: McClelland Consulting Engineers,Inc, gayett.;-AR-- — DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/R S RICTIONS/SPEC AL ITEMS Project Covered: Waterline Replacement, City of Fayetteville, Fayetteville, AR Mount Comfort Road, Additionc;Avenue, Rose Hill Addition Project No. FY892119 CANCELLATION City of Fayetteville- E SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CitetfvFaye, evAR i EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO r r I #1//NN//,� DAYS eglITTENAIOTICE TO THE CERTIFICATE HOLDER NAMED TO THE : € LE isq .FjyLL"O filidatE SHALL IMPOSE NO OBLIGATION OR 1 LIABILITY OF ANY'KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. ', AUTHORIZED,(R PRES TATIVE i I 'f AL Yr ���_ Q • I/ l / co4.t.-4--i ©ACORD CORPORATION 1988 (DISEASE—EACH EMPLOYEE CERTIFICATE HOLDER ACORD 25S (3/88) { v Icicordjavi •] la 44 .THIS IS EVIDENCE THAT INSURANCE AS DENTIFIED BELOW HAS BEEN ISSUED, IS IN FORCE, AND CONVEYS ALL THE RIGHTS AND PRIVILEGES AFFORDED UNDER THE POLICY. v C1aftlis 1�7 DATE (MM/DD/YY) 5-17-90 PRODUCER L� MCNAIR 6 ASSOCIATES P. 0. BOX 8190 FAYETTEVILLE, AR 72702 CODE 00576025 SUB -CODE INSURED FOCHTMAN ENTERPRISES, INC. P. 0. DRAWER 1168 FAYETTEVILLE, AR 72702 COMPANY AMERICAN GENERAL COMPANIES. LOAN NUMBER I POLICY NUMBER BINDER EFFECTIVE DATE (MM/DD/YY) EXPIRATION DATE (MM/DD/YY) 5-7-90 5-7-91 THIS REPLACES PRIOR EVIDENCE DATED: LOCATION/DESCRIPTION WATER LINE REPLACEMENT, CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS MOUNT COMFORT ROAD, ADDITION AVENUE, ROSE HILL ADDITION PROJECT NO. FY892119 111474 Ae1llIdIYNaiIEI IMI COVERAGES /PERILS /FORMS BUILDER'S RISK j 1 1 1. 1 1 1 1 1 ;1 1 1 1 1 1 1 _i 1 r WATER LINE REPLACEMENT CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS GROUP 689 MOUNT COMFORT ROAD ADDINGTON AVENUE ROSE HILL ADDITION PROJECT NO. FY892119 MAY, 1989 Preparetl by: McClelland Consulting Engineers, Inc. 1810 North College - P. 0. Box 1229 Fayetteville, Arkansas 72702 McClelland esi uT rvef Con6Wtinp Enpineers Incorporated Foyetfeville, Arkansas 1:. 1 1. 1 1 1 1 1 1 1 1, ADDENDUM NO. 1 TO THE CONTRACTS DOCUMENTS for the construction of Water Line Replacement Group B 89 City of. Fayetteville Fayetteville, Arkansas TO ALL PLANHOLDERS: Date: March 29, 1990 Project No. FY892119 The following changes, additions, and/or deletions are hereby made a part of the Contract Documents for the construction of the Water Line Replacement, dated May, 1989, as fully and completely as if the same were fully set forth therein: SPECIFICATIONS The contract completion time is hereby revised from 60 consecutive calendar days to 90 consecutive calendar days. All Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 in the Proposal by submitting the signed Addendum with the bid package. Proposals submitted without acknowledgment or without this Addendum will be considered informal. Very truly yours, McCLELLAND CONSULTING ENGINEERS, INC. Robert W. White, P.E. Project Manager Receipt acknowledged and conditions agreed to this day of , 1990. Bidder By li 1 1 1 1 1 1 1 1 1 PART/SECTION NO. PART I 00050 00100 00300 00350 00360 PART II 00500 00550 PART III 00700 00800 PART IV DIVISION I 01000 01009 01011 01014 01016 01027 01028 01070 01210 01300 01311 01400 01500 01600 01700 01710 01720 DIVISION 2 02102 02200 02218 02223 02485 02601 TABLE OF CONTENTS SUBJECT BIDDING REQUIREMENTS Invitation to Bid Instructions to Bidders Proposal Bid Bond Notice of Award CONTRACT FORMS Contract Notice to Proceed CONDITIONS OF THE CONTRACT General Conditions Supplementary Conditions SPECIFICATIONS GENERAL REQUIREMENTS Abbreviations Summary of Work Site Conditions Protection of the Environment Safety Requirements and Protection of Property Applications for Payment Change Order Procedures Cutting and Patching Preconstruction Conference Submittals During Construction Schedule and Sequence of Operations Quality Control Temporary Construction Facilities and Utilities Material and Equipment Shipment, Handling, Storage, and Protection Contract Closeout Final Cleaning Project Record Documents SITE WORK Clearing, Grubbing, and. Stripping Earthwork, Trench. Excavation and Backfill Landscape Grading Street Undercrossings Finish Grading and Grass Asphalt, Concrete, and Gravel Surface Restoration MCClellane n�T Consu/linp °51� ° Enolnaen -� Inaoraoralee Fayetteville, Arkansas PAGE NO. 1-5 1 1-29 1-7 1-2 1-2 1-5 1 1-4 1-2 1-2 1-2 1 1-7 1-3 1-3 1-3 1-3 1-3 1-2 1-3 1-3 1-12 1-3 1-6 1-4 1-7 1 TABLE OF CONTENTS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PART/SECTION NO. DIVISION 3 03210 03300 CONCRETE Reinforcing Steel Concrete SUBJECT DIVISION 15 MECHANICAL 15001 Plant Piping - General 15001-2 Cement -Lined Ductile Iron Pipe and Fittings 15001-14 Polyvinyl Chloride (PVC) Pipe and Fittings 15012 Miscellaneous Tubing 15013 Miscellaneous Piping Specialities 15014 Miscellaneous Metering and Measuring Devices 15080 Manually Operated Valves ner LMncClela d -sma Engineers Incorporated Fayetteville, Arkansas - PAGE NO. 1-4 1-15 1 1 1 1 1 1 1 1 1 1 1 .1 1 '1 1 1 1 1 PART 1 BIDDING REQUIREMENTS NCCI.IIpgd n in.rrs np Inwpo rot.0 Fa)./f.vrrl., Arkansas 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 00050 INVITATION TO BID 90-11 The City of Fayetteville, Arkansas, will receive sealed bids at the Purchasing Office, City Hall, 113 West Mountain Street, Fayetteville, Arkansas, until 2:00 P.M., April S, 1990 for the replacement of Water Lines, Group B89. The project generally consists of constructing approximately 2.6 miles of ,water lines, ranging in size from 2 inch to 8 inch to replace existing water lines. Construction of related appurtenances, including service lines, street crossings, fire hydrants, and valves. Disconnecting and plugging mains being replaced. Drawings .and Specifications may be examined at the following locations: McClelland Consulting Engineers, Inc. 1810 North College Avenue Fayetteville, Arkansas 72701 Phone: 443-2377 ABC Plan Room All Rents & Sales Center 903 S. School Fayetteville, Arkansas A copy of the Documents may be obtained from McClelland Consulting - Engineers, Inc., P.O. Box 1229, Fayetteville, Arkansas 72702, upon payment of $60.00 for each Document. Return of the Documents is not required, and the amount paid for the Documents is nonrefundable. Partial sets are not available. Each Proposal must be submitted on the prescribed form and accompanied by a certified check or bid bond in an amount not less than 5 percent of the amount bid. The successful Bidder will be required to furnish the necessary additional bonds for the faithful performance of the Contract, as prescribed in the Contract Documents. All Bid Bonds, contract bonds, insurance contracts and certificates of insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance company having his place of business in the State of Arkansas. .Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Arkansas. In order to perform public work, the successful Bidder shall, as applicable, hold or obtain such Contractors' and Business Licenses as required by State statues. The right is reserved to reject all Proposals or any Proposal not conforming to the intent and purpose of the Contract Documents, and to postpone the award of the contract for a period of time which, however, shall not extend beyond 90 days for the bid opening date. CITY OF FAYETTEVILLE, ARKANSAS Purchf f icer Publish: Marrh 77 R 74, 7990 P.O. # 23051 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 00100 INSTRUCTIONS TO BIDDERS PARAGRAPH NO. TITLE PAGE 1. FORMAT 1 2. SPECIFICATION LANGUAGE 1 3. GENERAL DESCRIPTION OF THE PROJECT 1 4. QUALIFICATION OF CONTRACTORS 1 5. DOCUMENT INTERPRETATION 1 6. BIDDER'S UNDERSTANDING 2 7. DRAWINGS 2 8. TYPE .OF PROPOSAL 2 9. PREPARATION OF PROPOSALS 2 10. STATE AND LOCAL SALES AND USE TAXES 3 11. SUBMISSION OF PROPOSALS 3 12. TELEGRAPHIC OR WRITTEN MODIFICATION OF PROPOSAL 3 13. WITHDRAWAL OF PROPOSAL 3 14. BID SECURITY 4 15. RETURN OF BID SECURITY 4 16. AWARD OF CONTRACT 4 17. BASIS OF AWARD 4 18. EXECUTION OF CONTRACT 5 19. PLANS FOR CONSTRUCTION 5 20. PERFORMANCE AND PAYMENT BONDS 5 ' EC ngine MCeleland Come Grs rs Incora oroHd Fayetteville, Arkansas Section 00100 - 0 I 1 SECTION 00100 1 INSTRUCTIONS TO BIDDERS PARAGRAPH NO. TITLE PAGE I 21. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND 5 1 22. PERFORMANCE OF WORK BY CONTRACTOR 6_ 23. TIME OF COMPLETION 6 1 1 1 1 1 1 1 x 1 i 1 1 1 1/4.Section 00100 - 0 MCC)eIIafC scrr l Consulting Enpineers MavOoroled Fayslievlfle, Arkansas r � SECTION 00100 INSTRUCTIONS TO BIDDERS 1. FORMAT The Contract Documents are divided into parts, divisions, and sections in ' keeping with accepted industry practice in order. to separate categories of subject matter for convenient reference thereto. Generally, there has been no attempt to divide the Specification sections into work performed by the- , various building trades, work by separate subcontractors, or work required for separate facilities in the project. 2, SPECIFICATION LANGUAGE "Command" type sentences are used in Contract Documents. These refer to and are directed to the Contractor. ' 3. GENERAL DESCRIPTION OF THE PROJECT IA general description of the work to be done is contained in the INVITATION TO BID. The scope is indicated on the accompanying Drawings and specified in applicable parts of these Contract Documents. ' 4. QUALIFICATION OF CONTRACTORS The prospective bidders must meet the statutorily prescribed requirements before Award of Contract by the Owner. 5. DOCUMENT INTERPRETATION ' The Contract Documents governing -the work proposed herein consist. -of,; the Drawings and. all material bound herewith. These Contract Documents are:. intended to- be'mutually cooperative and to provide all details- reasonably required for the execution of the proposed work. Any person contemplating the submission of •a Proposal shall have thoroughly, examined all of the various parts' of these Documents, and should there be any doubt as to the meaning or intent of said Contract Documents -;-the Bidder should request-of.the-Engineer, `.' in'writing (received. by the Engineer at least 5 -:.working days prior., to bid opening) an°• -interpretation, thereof. Any interpretation or •change in —said Contract -Documents will'' be made,on-ly in--writing,•in the -form -of Addenda•�to_,.the t A Documents which will be furnished to all Bidders receiving a. .set •of- the Documents.* Bidders shall submit with their Proposals, or indicate receipt, of all -Addenda. The Owner or Engineer will not be responsible for.rany other ' explanation- or interpretations of said Documents not issued:.ao.,.writing by Addendum. Section 00100 - 1 Mccfe Nand ' �� Consulting ,� Engineers incorporated Fayet,eviffe, Arkansas 1. r 6. BIDDER'S UNDERSTANDING ' Each Bidder must inform himself of the conditions relating to the execution of the work, and it is assumed that he will inspect the site and make himself thoroughly familiar with all the Contract Documents. Failure to do so will ' not relieve the successful Bidder of his obligation to enter into a Contract and complete the contemplated work in strict accordance with the Contract Documents. It shall be the Bidder's obligation to verify for himself and to his complete satisfaction all information concerning site and subsurface tconditions. Information derived from topographic maps, or from Drawings showing location ' of utilities and structures will not in any way relieve the Contractor from any risk, or from properly examining the site and making such additional investigations as he may elect, or from properly fulfilling all the terms of ' the Contract Documents. Each Bidder shall inform himself of, and the Bidder awarded a Contract shall comply with, federal, state, and local laws, statutes, and ordinances relative Ito the execution of the work. This requirement includes, but is not limited to, applicable regulations concerning minimum wage rates, nondiscrimination in the employment of labor, protection of public and employee safety and health, environmental protection, the protection of natural resources, fire protection, burning and nonburning requirements, permits, fees, and similar subjects. ' 7. DRAWINGS No return of Drawingsis required and no refund will be made. 8. TYPE OF PROPOSAL, -A unit -price and totals shall be submitted in the appropriate place on. the. ' Proposal, The total.amount paid the Contractor shall be the amount of the Base Bid asvadjusted for additions or deletions resulting from additive or deductive bid alternates or changes in construction. 9. PREPARATION OF PROPOSALS All blank spaces in the Proposal form must be :f-il-led in, preferably in BLACK ink; in both words and figures -where required, No. changes shall be made in the .phraseo-logy-.-:of the forms. Written amounts shall -govern in cases of discrepancy'' between the amounts -stated--in--writing—and the -amounts- stated-irr- ' '^ •--'figures: In ---case of discrepancy between unit prices•and•totals,-unit prices will prevail. Any Proposal=shall be deemed informal which contains material omissions-, or irregularities, or in which any of the prices are obviously unbalanced, or which in any manner shall fail to conform to the conditions of the published INVITATION TO BID. Section 00100 - 2 MCCleJland ' an Canwl,ingee Engineers Incerparale(I Faye„evitle, Arkansas I r i Only one bid from any individual, firm, partnership, or corporation, under the same or different names, will be considered. Should it appear to the Owner that any Bidder is interested, in more than one bid for work contemplated, all bids in which such Bidder is interested will be rejected. The Bidder shall sign his Proposal in the blank space provided therefor. If Bidder is'a corporation, the legal name of the corporation shall be set forth above, together with the signature of the officer or officers authorized to ' sign Contracts on behalf of the corporation. If Bidder is a partnership, the. true name of the firm shall be set forth above, together with the signature of the partner or partners authorized to sign Contracts in behalf of the partnership. If signature is by an agent, other than an officer of a corporation or a member of a partnership, a notarized power -of -attorney must be on file with the Owner prior to opening of proposals or submitted with the ' Proposal. 10. STATE AND LOCAL SALES AND USE TAXES Unless the Supplementary Conditions contains a statement that the Owner is exempt from state sales tax on materials incorporated into the work due to the qualification of the work under this Contract, all state and local sales and use taxes, as required by the laws and statutes of the state and its political subdivisions, shall be paid by the Contractor. Prices quoted in the Proposal shall include all nonexempt sales and use taxes, unless provision is made in the Proposal form to separately itemize the tax. 11. SUBMISSION OF. PROPOSALS All Proposals must be submitted, not later than the time prescribed, at: the place, and in the manner set forth in the INVITATION TO BID. Proposals must be made on the Proposal forms provided herein. Each Proposal must be ' submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions in the INVITATION. TO BID. ' 12. TELEGRAPHIC -OR WRITTEN MODIFICATION OF PROPOSAL Any Bidder may modify his bid by telegraphic or written communication at any ' time prior to the scheduled closing time for receipt of bids, provided -such - communication i-s received by the Owner prior to the closing time. The - telegraphic -or written communication should not. reveal the bid price ;-..it. shall; however, -,state the addition or subtraction --or other modification so----_- ' that the final prices -or terms:will not be known by the Owner until the sealed bid is opened. ' 13. WITHDRAWAL OF PROPOSAL Any Proposal may be withdrawn prior to the scheduled time for the opening of Proposals either by telegraphic or written request, or in person. No Proposal Section 00100 - 3 ' J MCCle Oand • ev ned name rs Enalneers lncdvororea Fayettevll)e, Arkansas If may be withdrawn after the time scheduled for opening of Proposals, unless the time specified in Item, AWARD OF CONTRACT, of these INSTRUCTIONS TO BIDDERS I. shall have elapsed. 14. BID SECURITY ' Proposals must be accompanied by cash, a certified check, or cashier's check drawn on a.bank in good standing, or a bid bond issued by a Surety authorized to issue such bonds in the State where the work is located, in the amount of 5 ' percent of the. total amount of the Proposal submitted. This bid security shall be given as a guarantee that the Bidder will not withdraw his Proposal for a period of 90 days after bid opening, and that if awarded the Contract, the successful Bidder will execute the attached Contract and furnish properly executed Performance and Payment Bonds, each in the full amount of the Contract price within the time specified. ' The Attorney -in -Fact (Resident Agent) who executes this bond in behalf of. the Surety must attach a notarized copy of his power -of -attorney as evidence of his authority to bind the Surety on the date of execution of the bond. IIf the Bidder elects to furnish a Bid Bond, he shall use the Bid Bond form bound herewith, or one conforming substantially thereto in form and content. ' 15. RETURN OF BID SECURITY Within 15 days after the award of the Contract, the Owner will return the bid securities.to all Bidders whose Proposals are not to be further considered in awarding. thefl Contract. Retained bid securities will be held until the Contract has been finally executed, after which all bid securities, other than ' Bidders'. bonds and any guarantees which have been forfeited, will be returned to the respective Bidders whose Proposals they accompanied. 16. AWARD OF CONTRACT ' Within 90 -calendar days after the- opening of:Proposals, unless otherwise stated in the INVITATION TO BID or SUPPLEMENTARY CONDITIONS of these Documents, . the _Owner.. will ,accept one of the.. Proposals or wilL act in accordanceswi.thr-BASIS OF\AWARD, below. The acceptance of -the Proposal.wilTrbe by written • notice of:award,..mailed or delivered to the office designated in ' the Proposal. In- the event of failure of the lowest responsible and responsive qualified Bidder to sign and return the Contract with acceptable Performance andcPayment Bonds, as prescribed herein, the Owner may award 'the.. Contract to the next lowest responsible and responsive qualified Bidder. Such 'award, if made, will be made within 90 days after the opening of Proposals. • 17. BASIS OF AWARD Award of the Contract —shall be determined on the basis of the lowest responsive, responsible base bid. 1 Section 00100 - 4 J MCCIe)Iand • �si T rroJ name rs Eorpors lncoraorofed FayeBoville, Arkansas If, at the time this Contract is to be awarded, the total Base Bid of the lowest acceptable Proposal exceeds the funds then estimated by the Owner as I. available; the Owner may reject all bids or take such other,action as best serves the Owner's interests, including consideration of selected Deductive Alternates. 18. EXECUTION OF CONTRACT The successful Bidder shall,. within 15 consecutive days after receiving notice of award,"sign and deliver to the Owner the Contract hereto attached together with the acceptable bonds as required in these Documents. Within 15 consecutive days after receiving the signed Contract with acceptable bonds ' from thefl successful Bidder, the Owner's authorized agent will sign the Contract. Signature by both parties constitutes. execution of the Contract. ' 19. PLANS FOR CONSTRUCTION The successful Bidder will be furnished three sets of Documents without charge. Any additional copies required will be furnished to the Contractor at ' $60.00 per set. 20. PERFORMANCE AND PAYMENT BONDS ' The successful Bidder shall file with the Owner a Performance Bond and Payment Bond on the form bound herewith, each in the full amount of the Contract Price I. in accordance with the requirements of the State of Arkansas as applicable, as security for the faithful performance of the Contract and the payment of all persons supplying labor, and materials for the construction of the work, and to cover all guarantees against defective workmanship or materials, or both, for a period of 1 year after the date of final acceptance of the work by the Owner. The Surety furnishing this bond shall have a sound financial standing and a record of. service satisfactory to the Owner, shall be authorized to do ' business in the. State of -Arkansas, and shall be listed on the current U. S. - Department of Treasury -Circular Number 570, or amendments thereto in the Federal Register; of acceptable Sureties for Federal projects. I I I IL I The Attorney -in -Fact (Resident Agent) who executes this Performance Bond and Payment -Bond in behalf of the Surety must attach a notarized copy -of -his power -of -attorney as evidence of his authority to bind the Surety on the date of execution of the bond. All Contracts-; Performance -and Payment Bonds, and respective -.-- powers -of -attorney will have the same dated 21. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND The Bidder who has a -Contract awarded to him and who fails to properly execute. - the Contract and furnish the Performance Bond and Payment Bond, within the time frame stipulated elsewhere in these documents, shall forfeit the bid security that accompanied his bid, and the bid security shall be retained as McClelland Engineers sl- _ n Incorporated Fayetteville, Arkansas Section 00100 - 5 I I I E L I I I liquidated damages by the Owner, and it is agreed, that this sum is a fair estimate -of the amount of damages the Owner will sustain in case the Bidder fails to enter into a Contract and furnish the bond as hereinbefore provided. Bid security deposited in the form of cash, a certified check,. or cashier's check shall be -subject to the same requirements as a Bid Bond. 22. PERFORMANCE OF WORK BY CONTRACTOR The Contractor shall perform on the site and with his own organization, work equivalent to at least forty percent of the total amount of the work to be performed under this Contract. If, during the progress of the work hereunder, the Contractor requests a reduction of such percentage, and the Engineer determines that it would be to the client's advantage, the percentage of the work required to be performed by the Contractor's own organization may be reduced; PROVIDED prior written approval of such reduction is obtained by the Contractor from the Engineer. Each bidder must furnish with his bid a list of the items that he will perform with his own forces and the estimated total cost of these items. 23. TIME OF COMPLETION The time of completion of the work to be performed under this Contract is of the essence of the Contract. Delays and extensions of time may be allowed in accordance with the provisions stated in Section GENERAL CONDITIONS. The time allowed for the completion of the work is stated in the Proposal. - - -._•* : . - 1, - . . Mcuel Iona I¢ �� Encineers `4 y� ncS�neras Incas orated FayeflevlUe, Arkansas Section 00100 - 6 11 J SECTION 00300 IPROPOSAL NOTETO BIDDER: Please use BLACK ink for completing this Proposal form. To: City of Fayetteville Address: City Administration Building, Fayetteville, Arkansas. Project Title: Water Line Replacement ' Engineer's, • Project No. FY892119 Bidder: FOCHTMAN ENTERPRISES, INC. Address: P.O. Drawer 1168 Fayetteville, Arkansas Date: April 5, 1990 Bidder's person to contact for additional information on this Proposal: Name: Earl,Fochtman or Jim Russell Telephone:,. 521-6082 or 442-4009 BIDDER'S DECLARATION AND UNDERSTANDING The undersigned hereinafter called the Bidder, -declares that the only persons or parties interested in this Proposal are those named herein, that this. Proposal i:s, in -all respects,, fair and without fraud, that it is made without collusion with any official of the Owner, :and that the Proposal is .made. without any 'connection or collusion with any person submitting another Proposal on this Contract. -- .The Bidder. further declares that .he has ..carefully examined the Contract Documents -for the •construction of - the --project, that he has personally inspected -the site, that he has satisfied himself as to the quantities involved; including materials and equipment, and conditions of work -involved, including the' -fact that the description of the quantities of work,•and ,.-. - materials; as -included herein, is brief and is intended only:to. the general nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents, and that this Proposa.l is 1 Section 00300 - 1 MCClngine a rs I -J - �L—�" EnOi^ears Incoraorared Foye)leville, Arkansas - made according to the provisions and under the terms of the Contract Documents, which Documents are hereby made a part of this Proposal. ' The Bidder further agrees that he has exercised his own judgement and has utilized all data which he believes pertinent from the Engineer, Owner, and ' other sources in arriving at his own conclusions. CONTRACT EXECUTION AND BONDS The Bidder agrees that if this Proposal is accepted, he will, within 15 consecutive calendar days after notice of award, sign the Contract in the form annexed hereto, and will at that time, deliver to the Owner the Performance ' Bond and Payment Bond required herein, and will, to the extent of his Proposal, furnish all machinery, tools, apparatus, and other means of construction and do the work and furnish all the materials necessary to ' complete all work as specified or indicated in the Contract Documents. CERTIFICATES OF INSURANCE, PAYMENT BOND, AND PERFORMANCE BOND ' The Bidder further agrees to furnish the Owner, before commencing the work under this Contract, the certificates of insurance, Payment Bond, and Performance Bond as specified in these Documents. ' START OF CONSTRUCTION AND CONTRACT COMPLETION TIME The Bidder further agrees to begin work within 10 calendar days after the time stated in the Notice to Proceed issued by the Owner to the Contractor and shall complete the construction in all respects by within 60 calendar days after the date specified in the Notice to Proceed. LIQUIDATED DAMAGES ' In the event the Bidder is awarded the Contract and shall fail to complete the work within the time limit or extended time limit agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be paid to the Owner for all work awarded under the Contract until the work shall t have been satisfactorily completed as provided by the Contract Documents, plus any monies paid by the Owner to the Engineer for additional engineering. and inspection services associated with such delays. Liquidated damages shall be cumulative for work not completed on schedule. Work which is not completed on schedule shall be rated at $300 per day until ' the work is completed. ADDENDA ' The bidder hereby acknowledges that he has received Addenda No's 1 to these Specifications. (Bidder insert No. of each Addendum received.) Section 00300 - 2 �MCCle none Consulting , �vgrted� T Serror Engineers Incorporated Fayetteville, Arkansas a ( SALES AND USE TAXES The Bidder agrees that all federal, state, and local sales and use taxes are included in the stated bid prices for the work. PROPOSAL SCHEDULE ITEM NO. QUANTITY ITEM 1 1900 Ft. 8" PVC Pipe, C-900 Class 200 Fourteen and fifty cents (Words) 2 7250 Ft. 6" PVC Pipe, C-900 Class 200 Twelve and fifty cents (Words) 3 60 Ft. 4" PVC Pipe, C-900 Class 200 Ten and fifty cents (Words) 4 4500 Ft. 2" PVC Pipe, Class 200 SDR-21 Eight and fifty cents (Words) 5 40 Ft. 2"'PVC Pipe, Class 250 SDR-17 Nine and fifty cents (Words) 6 20 Ft. 8" Ductile Iron Pipe Twenty five dollars (Words) UNIT PRICE EXTENDED /Foot Numerals). dollars/Foot $27,550.00 $12,50 /Foot (Numerals) dollars/Foot $90,625.00 $10.50 /Foot (Numerals) dollars/Foot $ 630.00 $ 8.50 /Foot (Numerals) dollars/Foot $38,250.00 $ 9.50 /Foot (Numerals) dollars/Foot $ 380.00 $ 25.00 /Foot (Numerals) dollars/Foot $ 500.00 Section 00300 - 3 MCClerland r' Engineers Eno inn Inwrp orureC Fayerteville, Arkansas ITEM NO. QUANTITY ITEM 7 180 Ft. 6" Ductile Iron Pipe Twenty Dollars (Words) 8 20 Ft. 4" Ductile Iron Pipe Fifteen dollars (Words) 9 3900 Ft. 3/4" Copper Service Pipe Nine and ten cents (Words) 10 40 Ft. 1" Copper Service Pipe UNIT • PRICE EXTENDED $ 20.00 /Foot (Numerals) dollars/Foot $ 3,600.00. $ 15.00 •/Foot (Numerals) dollars/Foot $ 300.00 $ 9.10 /Foot (Numerals) dollars/Foot $ 35,490.00 $ 9.50 /Foot (Numerals) Nine and fifty cents dollars/Foot $ 380.00 (Words) 11 40 Ft. 1-1/4" Copper Service Pipe $ 9.85 /Foot (Numerals) Nine and eighty five cents dollars/Foot $ 394.00 (Words) 12 40 Ft. 1-1/2" Copper Service Pipe. $ 10.40 /Foot (Numerals) Ten and forty cents dollars/Foot $ 416.00 (Words) 13 7800 Lbs. Ductile Iron or Cast Iron $ 1.95 /Lb. Fittings (Numerals) One and ninety five cents dollars/Lb. $ 15,210.00 (Words) 14 3 Ea. 8" Gate Valve with Box $ 600.00 /Each (Numerals) Six hundred dollars/Each $ 1,800.00 (Words) Section 00300 - 4 McCla Hand ev ned� ,vet Cansu lting Engineers Incorporated Fayetteville, Arkansas 10 r 1 ITEM UNIT NO. QUANTITY ITEM PRICE EXTENDED 15 28 Ea. 6" Gate Valve with Box $ 400.00 /Each (Numerals) Four Hundred dollars /Each $ 11,.200.00 (Words) 16 1 Ea. 4" Gate Valve with Box $ 300.00 /Each (Numerals) Three Hundred dollars/Each $ 300.00 • (Words) 17 27 Ea. 2" Gate Valve with Box $ 275.00 /Each • (Numerals) Two hundred seventy five dollars/Each $ 7,425.00 • (Words) 18 9 Ea. Remove Existing Fire $ 500.00 /Each Hydrant (Numerals) Five Hundred dollars/Each $ 4,500.00 (Words) 19 8 Ea. Provide and Install New $ 1,400. /Each Three Way Fire Hydrant (Numerals) One thousand four hundred dollars/Each $ 11,200.00 (Words) 20 5 Ea. Reinstall Existing $ 950.00 /Each Three Way Fire Hydrant. (Numerals) Nine hundred fifty dollars/Each $ 4,750.00 I (Words) 21 18 Ea. 8" Saddle for Service Tap $ 75.00 /Each (Numerals) Seventy five dollars/Each $ 1,350.00 " (Words) 22 70 Ea. 6" Saddle for Service Tap $ 65.00 /Each (Numerals) Sixty five •dollars/Each $ 4,550.00 (Words) Section 00300 - 5 MaClelbnd esi nedT rvef Consulting Engineers Incorporated Fayetteville, Arkansas r ITEM . NO. QUANTITY 23 2 Ea. Fifty five 24 .93 Ea. Fifty UNIT • ITEM PRICE EXTENDED 4" Saddle for Service Tap $ 55.00 ./Each • (Numerals) dollars/Each $ 110.00 • (Words) 2" Saddle for Service Tap $ 50.00 /Each (Numerals) dollars/Each $ 4, 650.00 (Words) 25 2 Ea. 10" x 2" Saddle $ 200.00 /Each With 2" Corporation Stop (Numerals) Two Hundred dollars/Each $ 400.00 (Words) 26 1 Ea. 8" x 2" Saddle $ 175.00 /Each With 2" Corporation Stop (Numerals) one hundred seventy five dollars/Each $ 175.00 (Words) 27 178 Ea. 3/4" Corporation Stop for $ 10.00 /Each Service (Numerals) Ten dollars/Each $ 1,780.00 (Words) 28 2 Ea. 1" Corporation Stop for $ 25.00 /Each Service (Numerals) Twenty five dollars/Each $ 50.00 (Words) 29 1 Ea. 1-1/4" Corporation Stop $ 50.00 /Each for Service (Numerals) Fifty H dollars/Each $ 50.00 (Words) 30 2 Ea. 1-1/2".Corporation Stop $ 75.0O /Each for Service (Numerals) Seventy five dollars/Each $ 150.00 (Words) Section 00300 - 6 -d McClelland Con em ne rve� tins Engineers Ised Fayetteville, Arkansas � 1 ITEM UNIT NO. QUANTITY ITEM PRICE EXTENDED ' 31 300 C.Y. Rock Excavation $ 50.00 /C.Y. .(Numerals) Fifty dollars/C.Y. $ 15,000.00 (Words) ' 32 20 Tons Trench Stabilization $ 20.00 /Ton Material (Numerals) ' Twenty dollars/Ton $ 400.00 (Words) 33 100 Tons Riprap $ 12.00 /Ton (Numerals) Twelve dollars/Ton $ 1,200.00 ' (Words) 34 2,000 Tons Granular Fill $ 9.50 /Ton I. (Numerals) Nine and fifty cents dollars/Ton $ 19,000.00 I. (Words) 35 1,400 S.Y. Concrete Surface $ 20.00 /S.Y, Restoration (Numerals) ' Twenty dollars/S.Y. $ 28,000.00 (Words) 36 425 S.Y. Sidewalk Restoration $ 15.00 /S.Y, (Numerals) Fifteen dollars/S.Y. $ 6,375.00 (Words) '• 37 200 Ft. Curb and Gutter $ 12.00 /Foot Restoration (Numerals) Twelve i dollars/Foot $ 2,400.00 (Words) 38 10 C.Y.. Concrete Encasement $ 100.00 IC.?. ' (Numerals) One hundred dollars/C.Y. $ 1,000.00 (Words) Section 00300 - 7 IncorporatediEngineers Fayetteville, Arkansas i ITEM UNIT NO, QUANTITY ITEM PRICE EXTENDED 39 1 Ea. 12"8" Tapping Tee, $ 1,600.o6Each 8" Tapping Valve w/Box (Numerals) One thousand six hundred dollars/Each $ 1,600.00 (Words) 40 2 Ea. 10"x6" Tapping Tee, $ 1,400.0OEach 6" Tapping Valve w/Box (Numerals) One thousand four hundred dollars/Each $ 2,800.00 (Words) 41 8 Ea. 6"x6" Tapping Tee, $ 1,050.0oEach 6" Tapping Valve w/Box (Numerals) One thousand fifty dollars/Each $ 8,400.00 (Words) 42 1 Ea. 4"x4" Tapping Tee, $ 950.00 /Each 4" Tapping Valve w/Box (Numerals) Nine hundred fifty dollars/Each $ 950.00 (Words) 43 2 Ea. 6"x6" Tapping Cross with $ 1,865.OOEach 2 Ea. 6" Tapping Valves w/Boxes (Numerals) Eighteen hundred sixty five dollars/Each $ 3,730.00 (Words) 44 4 Ea. Single Meter Setting $ 300.00 /Each (Numerals) Three Hundred dollars/Each $ 1,200.00 (Words) 45 1 Ea. Dual Meter Setting $ 400.00 /Each (Numerals) Four Hundred dollars/Each $ 400.-00 (Words) 46 180 Ft. 12" Bored Steel Casing $ 80.00 /Ft. for 6" Pipe (Numerals) Eighty dollars/Ft. $ 14,400.00 (Words) Section 00300 - 8 MCCIGIlond esi neiT er"] Consulting Engineers Incorporated Fayetteville, Arkansas ITEM UNIT NO. QUANTITY ITEM PRICE EXTENDED 1 47 360 Ft. 6" Bored Steel Casing $ ss.n /Ft. • for 2" Pipe (Numerals) Fifty five dollars/Ft. $ 19.800.00 1 (Words) '• 48 40 Ft. 3" Bored Steel Casing $ 45.00 /Ft. for 1-1/2" or 1-1/4" Pipe (Numerals) ' Forty five dollars/Ft. $ 1,800.00 (Words) 49 850 Ft. 2" Bored Steel Casing $ 40.00 /Ft. ' for 1" or 3/4" Pipe (Numerals) Forty dollars/Ft. $ 34,000.00 1 (Words) 50 4 Ea. Connection of 3/4" $1,000. /Each ' Service Line to House (Numerals.) • Plumbing One thousand •dollars/Each $ 4,000.00 (Words) TOTAL BID $ 434,620.00 1 1 1 1 I. 1 • Section 00300 - 9 1 14 is and 1 : Inccorpoorporin0 ` ` Engineers rated Fayelrevi)le, Arkansas Enclosed herewith is a bid bond for Five (5%) Percent of Bid; dollars ($ . ) which we agree the Owner may cash and retain as liquidated damages in the event of our failure to enter into contract for the work covered by this Proposal,: provided. the Contract is awarded to us within ninety (90) days from the date fixed for the opening of bids and we fail to execute the required bonds as called for in the Specifications within fifteen (15) days after the execution of the Contract. SUBCONTRACTORS AND SUPPLIERS The Bidder further certifies that •the following subcontracting and supply firms or businesses will be awarded subcontracts for the following portions of the work 'in the event that the Bidder is awarded the Contract: BORING - SUBCONTRACTOR MAIN CONSTRUCTION COMPANY Name . Route l box 525 Van Buren, Arkansas 72956 Street (The following space is supplied for additional subcontractors) - SUBCONTRACTOR Name City Street City ...I-v..YTiM. L...... .y - • ....m4 Section 00300 - 10 Medal land b� n l Cngnee Engineers incorporated Fayetteville, Arkansas. PERFORMANCE OF WORK BY CONTRACTOR ' The Bidder shall perform at least 40 percent of the work with his own forces (refer to Paragraph 21, INSTRUCTIONS TO BIDDERS. Bids from so called "Brokerage Contractors" will not be considered.) ' List below the items that the Bidder will perform with his own forces, if awarded this Contract.. and fill in the blank showing the estimated total cost of these items.. ' The Bidder will perform all of the work with our own forcesewith the exception of the boring. Estimated total cost of the above items the Bidder states that will be 'performed with his own forces, if awarded Contract: Dollars (5 ) ' EXPERIENCE OF BIDDER The Bidder states that he is an experienced Contractor and has completed similar projects within the last 5 years. ' (List similar projects, with types, names of clients, construction costs, and references with telephone numbers. Use additional sheets if necessary.) U 1 - ' SURETY If'the Bidder is awarded -a construction Contract on this Proposal; the Surety who provides the Performance and Payment Bond will be Firemans Fund Insurance Company whose address is ' Agent -McNair.-& Assoca•ates P.O. Box 819 Fayetteville, Arkansas 72702 Street . City State Zip Section 00300 - 11 ' MCClerlcna ` %O rve� Ccns rinp r_ Engineers mcarpororeE Fayellevllle, Arkansas Ir ' BIDDER The name of the Bidder submitting this Proposal is FOCHTMAN ENTERPRISES, INC. doing business at ' P.O. Drawer 1168 Fayetteville, Arkansas 72702 Street City State Zip I. which is the address to which all communications concerned with this Proposal and with the Contract shall be sent. The names of the principal officers of the corporation submitting this Proposal, or of the partnership, or of all persons interested in this Proposal as principals are as follows: Earl W. Fochtman - President Gayle M. Fochtman - Sec.Treas. The Bidder's Arkansas Contractor's License No. is: 89-2599 If Sole Proprietor or Partnership IN WITNESS hereto the undersigned has set his (its) hand this day of ,19__ ' Signature of Bidder Title If Corporation ' IN WITNESS WHEREOF the undersigned corporation has caused this instrument to be executed and its seal affixed by its duly authorized officers: this 5th day of April , 19yg ;. - FnrMTN FNTFFPPT - T--- ' ; '✓ '�+ Name of Corpor c rte. / ' ti Title President / Qj��cr ?'nAttest C fCCcr=&'/'t'a i7 ' / Secretary Section 00300 - 12 ' Engineers e esr ned7 rve� Cnp copor lncaporared Fayefleville, Arkansas I I I I and held and firmly bound unto KNOW: ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, as Surety, are hereby the City of Fayetteville, Arkansas as Owner in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this day of , 198_. The condition of the above obligation is such that whereas the Principal has submitted to the City of Fayetteville, Arkansas.' a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the replacement of water lines 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 I. deliver a contract -in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of ' °all- persons performing labor or furnishing materials in connection: therewith, land shall in all other respects perform the agreement ~created by the acceptance of said Bid, then this obligation shall be ' void;otherwise the same shall remain in force and effect; it being "expressly understood and agreed that the liability of the Surety for any and allclaims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. 1 Section 00350 - 1 '� J I McClelland �con , � Engine s Incorporated Fayetteville, Arkansas r 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. I 1 1 1 1 1 1 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. SEAL By: (L.S.) Surety Principal Section 00350 - 2 J MCCleOa rid ;t l Canealtin a Elpinsers Incoraoratee Fayetteville. Arkansas A.I.A. Document No. A-310 (February 1970 Ed.) e FIREMAN S FUND INSURANCE COMPANY THE AMERICAN INSURANCE COMPANY NATIONAL SURETY CORPORATION FQIAI(5FM ASSOCIATED INDEMNITY CORPORATION DIRAIC.J AMERICAN AUTOMOBILE INSURANCE COMPANY BID BOND 1 KNOW ALL MEN BY THESE PRESENTS, that we, Fochtman Enterprises, Inc. ' as Principal, hereinafter called the Principal, anaFireman' s Fund Insurance Company a corporation duly organized under the laws of the State of California as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fayetteville, AR 1 as Obligee, hereinafter called the Obligee, in the sum of five percent (5%) of amount bid ' Dollars ($ 'for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has sub fitted a id for furnishing all labor, tools, materials, and ' equipment, and performing all work necessary for water line replacement Group B89, per the plans and specifications of McClelland Engineers, Inc. Fayetteville, AR 72701 'NOW, THEREFORE, if the Obligee shall accept the hid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the 'Principal shall pay to the Obligee the diflerence not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. ' Signed and sealed this 4th day of April Ste''.A.D: Is.9,0 S�• � I i •(Witness) II I(Witness) I 360541-A-75 FOCHTMAN ENTERPRISES; INC. art oc man, PP d9ident FIREMANS FUND INSURANCE CO. 14 (Surety) J'6hriJ McNair E CENE.EiAL POWER OF ATMRNFY I I I I I I FIREMAN'S FUND INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPANY, a Corporation duly organs and existing under the laws of the State of California, and having its principal office in the County of Mann, State of California, has made, constituted and appointed, and does by these presents make, constitute and appoint . W. R. McNAIR, JOHN A. McNAIR, MARK R. McNAIR and BRIAN YANDELL jointly or severally FAYETTEVILLE, AR its true and lawful Attorney(s)-in-Fact, with full power and authority herebyconferred in its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertaking, recogwances or other written obligations in the nature thereof and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the _Corporation and duly attested.by hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. _ This power of attorney is granted pursuant to Article VII, Sections 45 and 46 of By-laws of FIREMAN'S FUND INSURANCE COMPANY now in full form and effect. "Artlde VU. Appointment and Authodty of Resident Serrehrfes, Attorney-ta-Fact and Agents to accept Legal Proem and Make Appearances. Section 45. Appointment. The Chairman of the Board of Directors, the President, any Via -President or any other person authorized by the Board of Directors, the Chairman of the Board of Directors, the President or any Via -President may, from time to time, appoint Resident Assistant Secretaries and Attorneys -la -Fact to represent and act for and an behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. - — Section 46. 46. Authority. The authority of such Resident Assistant Secretaries, Attorneys -In -Fact and Agents shall be as prescribed in the Instrument evidencing their appointment. Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to make such appomtment" This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of FIREMAN'S FUND INSURANCE COMPANY at a meeting duly called and held on the 7th day of August, 1984, and said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Vice -President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto, by facsimile, and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation!' IN WITNESS WHEREOF, FIREMAN'S FUND INSURANCE COMPANY has caused these presents to be signed by its Vice -President, and its corporate smi tobe hereunto affixed this. 7th day of ♦.`..asp., .t. I`� . � � %l! ♦„H. E. �p'f. I STATE OF CALIFORNIA COUNTY OF MARIN I I I I I I March 19 88, FIREM/MAAN'SSJ1FUND INSURANCE COMPANY By Vine-Psesidew sOn this^—. 7-t h_aayof. .Match-.,-.- . �, '" 19=88` berorc me- _y P... D. -Fa rnsworth. _ ,.. persocame tome known, who, being by me duly sworn, did depose and say: that he is Vice -President of FIREMAN'S FUND INSURANCE COMPANY, the Corporation described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year herein first above written. ■ IIIIIIIIrlINNIn11111111111rruaaaar/I/Iaalalnusffl .. OFFICIAL SEAL . SUSIE K. GILBERT UL-., 7C 'e NOTARY PUBLIC - CALIFORNIA Principal Office in Main County Notary P"sa` _ My Cammisslon Expires Nev. 17, 1988 aIa111N111111NIr11111111NrIN1111aNNIrNaaaNll/Ina• CERTIFICATE STATE OF CALIFORNIA COUNTY OF MARIN I, the undersigned, Resident Assistant Secretary of FIREMAN'S FUND INSURANCE COMPANY, a CALIFORNIA Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore that Article VII, Sections 45 and 46 of the By-laws of the Corporacon, and the Resolution of the Board of Directors; set forth in the Power of Attorney, are now in force. Signedand sealed at the County of Marin. Dated the 4th day of Apri 1 .199Q_. �NCF COJ� Amem[AWnxpF$WCbry 36711 —FF-11-$7 Ii I I NOTICE OF AWARD To: Fochtman Enterprises, Inc. Fayetteville, Arkansas PROJECT DESCRIPTION: City of Fayetteville, Water Line Replacement The OWNER has considered the PROPOSAL submitted by you for the above described WORK in response to its NOTICE TO CONTRACTORS. ' You are hereby notified that your PROPOSAL has been accepted for the Fayetteville Water Line Replacements in the amount of $ 434,620.00 ' You are required by the INSTRUCTIONS TO BIDDERS to execute the CONSTRUCTION CONTRACT in its entirety and furnish the required PERFORMANCE AND PAYMENT BOND and certificates of insurance within fifteen (15) calendar days from the date of this NOTICE OF AWARD. If you fail to execute said Contract and to furnish said bonds within fifteen (15) days from the date of this NOTICE OF AWARD, said OWNER will be ' entitled to consider all your rights arising out of the OWNER'S acceptance of your PROPOSAL as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. ' Dated this 16th day of May , 19 90 McCLELLAND CONSULTING ENGINEERS. INC. ' By ' Title Project Manager Receipt acknowledged this day of %�i�C�, g_01? By( Title 1 Section 00360 - 1 M�CIe Oood t In con eai rn! Engineers In cap orated Fayette vu)., Arkansas I I. 1 1 1 1 1 I. 1 1 I. 1 I. 1 1 1 1 PART 2 CONTRACT FORMS MCCIIIIana o Conal/ina ` I Enalnurs IncQOoralS Fa". vlllao Arkamas J I SECTION 00500 CONTRACT THIS AGREEMENT, made and entered into on the /a fti day of 19 90 , by and between Fochtman Enterprises. Snc. P.O. Box 1168, Fayetteville, Arkansas 72702 • herein called the Contractor, and the City of Fayetteville, Arkansas, herein- after called the Owner: tWITNESSETH: That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the Owner as follows: t , 1. That the Contractor shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Drawings, Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled WATER LINE REPLACEMENT dated May, 1989, including: Invitation to Bid; Addenda; Instructions to Bidders;'General Conditions; Supplementary Conditions; Performance and Payment Bonds; Specifications; the Proposal and acceptance thereof; and the Drawings. Sheet No. 1 - Cover ' 'Sheet No. 2 - Work Areas Map Sheet No. 3 - Water Lines 61 and 21 Rose Hill Addition ' Sheet No. 4 - Water Lines 61, 62, 63, 64 and 23 Rose Hill Addition ' Sheet No. 5 - Water Lines 64, 65, 21, 23, 24, 25, 26 and 27 Rose Hill Addition Sheet No. 6 - Water Lines 81 and 66 I. Mount Comfort Road and Addington Avenue Sheet No..7 - Profiles ' Sheet No. 8 - Details SheetNo. 9 - Details , Section 00500 - 1 McClelland as nui� rro� Engineers r ` erss Incorp ore led Fayetteville, Arkansas 2. That the Contractor shall commence the work to be performed under this ' Agreement on a date to be specified in a written order of the Owner and shall fully complete all work hereunder in 90 calendar days. ' 3. That the Owner hereby agrees to pay to the Contractor for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Proposal, in lawful money of the United ' States, the amount of: Four Hundred Thirty-four Thousand Six Hundred ' Twenty Dollars ($434,620.00 ), based on the Base Bid Price contained herein. 4. That within 30 days of receipt of an approved payment request, the Owner shall make partial payments to the Contractor on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by the Contractor, LESS the retainage provided in the I. General Conditions, which is to be withheld by the Owner until all work within a particular part has been performed strictly in accordance with this Agreement and until such work has been accepted by the Owner. ' 5. That upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls, material bills, and other costs incurred by the ' Contractor in connection with the construction of the work have been paid in full, final payment on account of this Agreement shall be made within 60 days after the completion by the Contractor of all work covered by this Agreement and the acceptance of such work by the Owner. ' 6. In the event that the Contractor shall fail to complete the work within the time limit or the extended time limit agreed upon, as more ' particularly set forth in the Contract Documents, liquidated damages shall be paid at the rates designated in the Proposal. 7. It is further mutually agreed between the parties hereto that if, at any ' time after the execution of this Agreement and the Surety Bond hereto attached for its faithful performance and payment, the Owner shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any reason such bond ceases to be adequate to cover the performance of the work, the Contractor shall, at his expense, within 5 days after the receipt of notice from the Owner, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of the work shall be ' furnished in manner and form satisfactory to the Owner. r ' ` Section 00500 - 2 MCClenand ' � � ncoporing Engineers Incorvorared Fayettevi lie, Arkonsos / 8. No additional work or extras shall be done unless the same shall be duly authorized by appropriate action by. the Owner in writing. 1 IN WITNESS WHEREOF, the parties hereto have executed this Agreementeonzthe day ' and date first above written, in six As - g>• '!¢,� ( 6 ) counterparts, each' 6f which shall, without proof or accounting for the other count'erpart`.be•deemedµ r .-.:. ' an original Contract. rP • Fochtman Enterprises'�Inc$ ' Contractor WITNESSES: ' President Title tATTEST ' CITY OF FAYETTEVILLE ei n Owner By (� ' Cfty C er c Mayor Title ' Approved as t. fo 4Cuii • At�r ey1 for Owrier • I L ' ` Section 00500 - 3 C nClenand on sci ft ' incorporated Fayeffevlffe, Arkansas - Ial://I:I4 CERTIFICATE OF INSURANCE.E'SSUEDATE ;MM/DD"Y' PRODUCER McNair & Associates I NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS P. 0. Box 819 EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW a Fayetteville, AR 72702 ■ COMPANIES AFFORDING COVERAGE 1` COMPANY A LETTER American General Companies CODE SUB -CODE ___ _______ _- COMPANY B ) LETTER Fochtman Enterprises, Inc. s COMPANY P. 0. Drawer 1168 LETTER C Fayetteville, AR 72702PANY LETTER D COMPANY E LETTER OVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS • CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY -THE POLICIES DESCRIBED HEREIN:IS SUBJECT TO ALL THE TERMS: EXCLUSIONS AND CONDITIONS OF SUCH POLICIES: LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _1--�_-.-..�_ CO. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION ALL LIMITS IN THOUSANDS .TR DATE (MMIDDlYVI DATE /MM/DD/YY) I GENERAL LIABILITY - COMMERCIAL GENERAL LIABILITY J CLAIMS MADE X OCCUR __.. OWNER'S & CONTRACTOR'S PRO1 X II ANY AUTO rV I ALL OWNED AUTOS `X SCHEDULED AUTOS r HIRED AUTOS 1 X{! NON -OWNED AUTOS 1 i GARAGE LIABILITY OTHER THAN UMBRELLA FORM I WORKER'S COMPENSATION A AND EMPLOYERS' LIABILITY 1iRoiO;t;'s/ ' s ;Contractor's Protective Liabi] Additional_._--Insurf ISCRIPTION OF OPERATIONS/LOCATIONS Project Covered: ECAO61815O8 WAA82679820 Binder TCO22677579 Job Amount ty $434,620 :__McClelland GENERAL AGGREGATE PRODUCTS-COMPIOPS AGO 5-j7-90 j 5-7-91 PERSONALBADVERTISING i T EACH OCCURRENCE 5-7-90 5-29-90 5-7-90 H 5-7-90 sultine 5-7-91 5-29-91 5-7-91 5-7-91 Lineer FIRE DAMAGE (Any one lire) MEDICAL EXPENSE (Any one COMBINED LIMTLE $1000 BODILY INJURY $ (Per person) BODILY INJURY $ (Per accident) PROPERTY $ DAMAGE EACH OCCURREN 51000 STATUTORY 100 $ 1-0.0.0._.-. $ 1-0.0-0__ $ 1'0.0.0_ $ 100-0-_ $ -n AGGREGATE $1000 (EACH ACCIDENT) (DISEASE —POLICY LIMIT) (DISEASE —EACH EMPLOYEE $1,000 Combined Single _Limit BI & PD VEHICLES/RESTRICTIONS/SPECIAL ITEMS I -d- Waterline Replacement, City of Fayetteville, Fayetteville, AR Mount Comfort Road, Addition•Avenue, Rose Hill Addition Project No. FY892119 ERTIFICATE HOLDER CANCELLATION ( SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Fayetteville Fayetteville, AR EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO M YS WRJ3TEN NOJICE TO THE CERTIFICATE HOLDER NAMED TO THE M QA&& 1as SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. { AUTHORIZED PEMSENT.IVE IE! - Lt - © CORD25-S (3/88), - u.O.���.w ACORD CORPORATION 1988 icprc® , • • . DATE (MMIDD/YY) �>t�''�;]]'T�JJ1 c) S-17-90 THIS IS EVIDENCE THAT INSURANCE AS IDENTIFIED BELOW HAS BEEN ISSUED, IS IN FORCE, AND CONVEYS ALL THE RIGHTS AND PRIVILEGES AFFORDED UNDER THE POLICY. IDUCER COMPANY Li f MCNAIR & ASSOCIATES AMERICAN GENERAL COMPANIES 1 P. 0. BOX 819 FAYETTEVILLE, AR 72702 CODE 00576025 SUB -CODE ItRED LOAN NUMBER POLICY NUMBER FOCHTMAN ENTERPRISES, INC. BINDER P. 0. DRAWER 1168 EFFECTIVE DATE (MM/DDNY) EXPIRATION DATE (MMWDD 1 /YY) FAYETTEVILLE, AR 72702 5-7-90 I 5-7-91 ' - THIS REPLACES PRIOR EVIDENCE DATED: A WATER LINE REPLACEMENT, CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS IOUNT COMFORT ROAD, ADDITION AVENUE, ROSE HILL ADDITION ROJECT NO. FY892119.: B{ UILDER'S RISK l INSTALLATION FLOATER 1# AMOUNT OF NSUWNCE DEOUCOB(E . 434,620. 500. 'y, THE POLICY IS SUBJECT TO THE PREMIUMS, FORMS, AND RULES IN EFFECT FOR EACH POLICY PERIOD. SHOULD THE POLICY BE TERMINATED, THE COMPANY WILL GIVE THE ADDITIONAL INTEREST IDENTIFIED BELOW 10 WRITTEN NOTICE, AND WILL SEND NOTIFICATION OF ANY CHANGES TO THE POLICY THAT WOULD AFFECT, THAT INTEREST, IN ACCORDANCE WITH THE POLICY PROVISIONS OR AS REQUIRED BY LAW. RIME AND ADDRESS NATURE OF INTEREST CITY OF FAYETTEVILLE. 9T37E ADDITIONAL INSURED 1 FAYETTEVILLE, AR LOSS PAYEE; s4OTM R))) OF COMPANY IFLED FCP. RECORD ' 90 JUN 20 Af9 10 29 ARKANSAS STATUTORY PERFORPOIG il�l'1D18AYMENARBOND ' A.KOLLMEYER We Fochtman Enterprises, Inc. '• as Principal, hereinafter called Principal, and Fireman's Fund Insurance Co. a corporation organized and existing under the laws of the State of Arkansas and authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto the City of Fayetteville, Arkansas as Obligee, hereinafter called Owner, in the amount of Four Hundred Thirty-four Thousand Six Hundred Twenty Dollars ($ 434,620.00 ), for the payment whereof Principal and Surety ' bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated entered into a contract with Owner for replacement of water lines, which contract is by reference made a part hereof, and is hereinafter referred to as the 'Contract. THE CONDITION OF THIS OBLIGATION is such that if the principal shall ' faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure to do so and shall fully reimburse and repay the Owner all outlay ' and expense which the Owner may incur in making good any such default, and further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against the Principal and ' Surety, jointly and severally, under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the ' State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. 'Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. ' Section 00500 - 4 \ McClellan E plaeers Incorporated FayerfeWlle, Arkansas 1 r 1 •1 In no event shall the aggregate•liabiltity of the Surety exceed the sum • set out herein. 1 Executed on this 17th day of May , 19 90 1 ' Fochtman Enterpris Inc. n 'p Fireman's Fund Insurance Co. :1 Surety i By `1 PfGwC/ John a r Atto ey-in-fact �1 1; :II 1 1 Section 00500 - 5 � J MCClel land 1 ' Cansvlers r o rvel Incorporated Incorporated Fayetteville. Arkansas H I I L GENERAL P0 WER OF ATTORNEY FIREMAN'S FUND INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPANY, a Corporation duly organized and existing under the laws of the State of California, and having its principal office in the County of Mann, State of California, has made, constituted and appointed, and does by these presents make, constitute and appoint ,c W. R. McNAIR, JOHN A. McNAIR, MARK R. McNAIR and BRIAN YANDELL jointly or severally FAYETTEVILLE, AR its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertaking, recogn zances or other written obligations in the nature thereof ------------------- I and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. This power of attorney is granted pursuant to Article VII. Sections 45 and 46 of By-laws of FIREMAN'S FUND INSURANCE COMPANY now in full fora and effect. ' "Article VII. Appointment and Authority ofResident Secrearies, Attorney -in -Fact and Agents to accept Legal Process and Make Appearances. Section 45. Appointment. The Chairman of the Board of Directors, the President, any Vice -President or any other person authorized by the Board of Directors, the Chairman of the Board of Directors, the President or any Vice -President may, from time to time, appoint Resident Assistant Secretaries and Attorneys -In -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. { Section 46. Authority. The authority of such Resident Assistant Secretaries, Attorneys -In -Fact and Agents shall be as prescribed In the instrument evidencing their appointment. Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to make such appointment" ' This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of FIREMAN'S FUND INSURANCE COMPANY at a meeting duly called and held on the 7th day of August, 1984, and said Resolution has not been amended or repealed: • "RESOLVED, that the signature of any Vice -President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this ' Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto, by facsimile, and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation." IN WITNESS WHEREOF, FIREMAN'S FUND INSURANCE COMPANY has caused these presents to be signed by its Via -President, and its corporate seal to be hereunto affixed this 7th day of March - 19 88. FIREMAN'S FUND INSURANCE COMPANY •♦„HC[ COQ. By Via-PTdmt ' STATE OF CALIFORNIA COUNTY OF MARIN Oothis 7th dayof March 19 88 before mepersonae came R. D. Farnsworth y ' to me known, who, being by me duly sworn, did depose and say: that he is Vice -President of FIREMAN'S FUND INSURANCE COMPANY, the Corporation described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year herein first above written. ■ I/talilt/INII/NIIIIItttuIUIINlluIltttlNlluNituNtta - -• OFFICIAL .SEAL a ��� SUSIE K.BU - CA ERTFORK E �` s NOTARY Office iC - Cain Cant L Noury Public ' a Conwi Office in Merin County My Commiuion Espies Nov. U. 1988 ♦:1/IIINIINtIN111/1/IIIINIIUUhtIUIIrIN/TIN/IIINIU CERTIFICATE STATE OF CALIFORNIA COUNTY OF MARIN n. I, the undersigned, Resident Assistant Secretary of FIREMAN'S FUND INSURANCE COMPANY, a CALIFORNIA Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OFATTDRNEY remains in full fora and has not been revoked: and furthermore that Article VI1, Sections 45 and 46 of the By-laws of the Corporation, and the Resolution of tjjhe�/l Board of Directors; set forth tin nthe �"Power of Attorney, are now in force. Signed and sealed at the County of Merin. Dated the 1_?>day of / 4 l Q< ,l9?). -- lID Rmdmt AtdwMSW er.er 364711—FF-11-87 r NOTICE TO PROCEED r, To: Fochtman Enterprises, Inc. P.O. Box 1168 Fayetteville, Arkansas 72702 Date: June 15, 1990 Project: City of Fayetteville Water Line Replacement You are hereby notified to commence WORK in accordance with the Contract dated May 15 , 1990, on or before June 25 , 1990, and you are to complete. the WORK by September 23 , 1990_. ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by this the day of 19 Contractor By Title By Robert W. White Title Engineer Section 00550 - 1 McClelland Cnn ncorrs nea Incorporated as Fayetteville, Arkansas r 1 i 1 Is 1 / PART 3 CONDITIONS OF THE CONTRACT i a. A r 1 s 1 9 / 1 I. MKNIIaM . � � CanwlNnp 1 Inrpora?pC cvraorpr FapHwll .1 Arkanwi DOCUMENT 00700 GENERAL CONDITIONS CONTENTS Pape DEFINITIONS 1. AS APPROVED . . . . . . . . . . . . . . . . . . . . . . . 2. AS SHOWN, AND AS INDICATED . . . . . . . . . . . . . . . . 3. BIDDER . . . . . . . . . . . . . . . • . . . . . . . . . 4. CONTRACT .. . . . . . . . . . . . . . . . . . . 5. CONTRACT DOCUMENTS . . . . . . . . . . . .. . . . . 6 . CONTRACTOR . . . . . . . •. . . . . . . 7. DAYS . . . . . . . . . . . . . . . . ... . . . . . . . . . . 8. DRAWINGS . . . . . . . . . . . . . . . . . . . . . . . . . . . 9. ENGINEER . . . . . . . . . . . . . . . . . • . . . . . . . 10. NOTICE . . . . . . . . . . . . . . . . . . . . . . . . . . . 11. OR EQUAL . . . . . . . . . . . . . . . . . . . . . . . . . . 12 . OWNER . . . . . . . . . . . . . . . . • . . . . . . . . . .• . 13. PLANS (See DRAWINGS) . . . . . . . . . . . . . . . . . . . . 14. SPECIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . 15. NOTICE TO PROCEED. . . . . . . . . . . . . : . . . . . . . . 16. SUBSTANTIAL COMPLETION . . . . . . . . . . .• . 17. WORK . . . . . . . . . . . . . . . . . . . . . . . . . CONTRACT DOCUMENTS 1 1 1 • 2 2 2 2 2 2 2 3 3 18. INTENT OF CONTRACT DOCUMENTS . . . . . . . . . . . . . . . . . 3 19. DISCREPANCIES AND OMISSIONS . . . . . . . . . . . . . . . . . . 3 20. ALTERATIONS - CHANGES IN WORK. . . . . . . . . . . . . . . . 4 21. VERIFICATION OF CONTRACT DOCUMENTS . . . . . . . . . . . . . . 4 22 _DOCUMENTS TO BE KEPT ON THE JOBSITE. . . . . . . . ... ..._ 4_ ._.. 23. ADDITIONAL CONTRACT DOCUMENTS . . . . . . . . . . . . . . . ... 5 24. OWNERSHIP OF DRAWINGS.' . . . . . . . . . . . . . . . . . . . . 5 i 00700 Page THE ENGINEER 25. AUTHORITY OF THE ENGINEER . . . . . . . . . . . . . . . . . . . 5 26. DUTIES AND RESPONSIBILITIES OF THE ENGINEER.. . . . . . . . 5 27. REJECTED MATERIAL. . . . . . . . . . . . . . . . . . . . 6 1 28. UNNOTICED DEFECTS . . . . . . . . . . . . 6 29. RIGHT TO RETAIN IMPERFECT WORK . . . . . . . . . . . 6 30. LINES AND GRADES . . . . . . . . . . . . . . . . . . . . . . . 7 31. SHOP DRAWING SUBMITTAL PROCEDURE . . . . . . . . . . . . . . . 7 32. ADDITIONAL DETAIL DRAWINGS AND INSTRUCTIONS . . . . . . . . . 8 THE CONTRACTOR AND HIS EMPLOYEES ' 33. INDEPENDENT CONTRACTOR . . . . . . . . . . . . . . . . . . . . 8 34. SUBCONTRACTING . . . . . . . . . . . . . . . . . . . . . . . . 8 35. INSURANCE AND LIABILITY . . . . . . . . . . . . . . . . . . . . 8 36 . INDEMNITY . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 37. TAXES AND CHARGES. . . . . . . . . . . 12 38. ORDINANCES, PERMITS, AND LICENSES. . . . . 12 39. SUPERINTENDENCE . . . . . . . . . . . . . . . . . . . . . . . . 12 ' 40. RECEPTION OF ENGINEER'S DIRECTIONS . . . . . . . . . . . . . . 13 41. SANITATION . . . . . . . . . . . . . . . . . . . . . . . . . . 13 42 -EMPLOYEES . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 43. PROJECT MEETINGS . . . . . . . . . . . . . . . . . . . . 13 44. SAFETY ... . . . . . . . . . . . . . . . 13 45. CONTRACTOR'S TOOLS AND EQUIPMENT . . . . . . . . . . . 14 46. PROTECTION OF WORK AND PROPERTY . . . . . . . . . . . . . . . . 14 47. RESPONSIBILITY OF CONTRACTOR TO ACT IN EMERGENCY . . . . . . . 15 48. MATERIALS AND APPLIANCES . . . . . . . . . . . . . . . . . . . 15 I. 49. CONTRACTORS' AND MANUFACTURERS' COMPLIANCE WITH STATE SAFETY, OSHA, AND OTHER CODE REQUIREMENTS . . . . . . . . . . . . . . . 15 50. SUBSTITUTION OF MATERIALS . . ... . . . . . . . . 15 51. TESTS, SAMPLES, AND INSPECTIONS. . . . . . . . 16 52. ROYALTIES AND PATENTS . . . . . . . . . . . . . . . . . . . . . 16 ' 53. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT. . . . . 16 54. CORRECTION' OF DEFECTIVE WORK FOUND DURING WARRANTY PERIOD. . . 17 ii 00700 PROGRESS OF THE WORK 55. BEGINNING OF THE WORK . . . . . . . ... . . . . . . . . . . 17 56. SCHEDULES AND PROGRESS REPORTS . . . . . . . . . . . . . . 17 57. PROSECUTION OF THE WORK. . . . . . . . . . . . . . . . . 18 58. ASSIGNMENT . . . . . . . . . . . . . . . . . . . 19 59. OWNER'S .RIGHT TO DO WORK . . . . . . . 19 60. OWNER'S RIGHT TO TRANSFER EMPLOYMENT . . .. . . . . . . . . . 19 61. DELAYS AND EXTENSION OF TIME . . . . . . . . . . . . . . . .. 20 62. LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . . .. . . . 21 63. OTHER CONTRACTS . . . . . . . . . . 21 64. USE OF PREMISES . . .. . . . . . . . . . .... . . . . . . . 21 65. SUBSTANTIAL COMPLETION DATE. . . . . . . . . . . . . . . 22 66. PERFORMANCE TESTING . . . . . . . . . . . . . . . . . . . . . . 22 67. OWNER'S USE OF PORTIONS OF THE WORK. . . . . . . . . . . . . 22 68. CUTTING AND PATCHING . . . . . . . . . . . . . . . . . . . . . 22 69 . CLEANING UP. . . . . . . . . . . . . . . . . . . . . . . . . 23 PAYMENT 70. PAYMENT FOR CHANGE ORDERS . . . . . . . . . . . . . . . . . . . 23 - -- 71. PARTIAL PAYMENTS . . . . . . . . . . . . . . . . . . . . . . . 25 72. CLAIMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27 73. NOTICE OF CLAIM FOR DELAY . . . . . . .. . . . . . . 28 74. RELEASE OF LIENS OR CLAIMS . . . . . . . . . . . . . . . . . . 28 75. FINAL PAYMENT. :. . . . . . . . . . . . . . . . . . . . . . 28. 76. NO WAIVER OF RIGHTS . . . . . . . . . . . . . . . . . . . . . . . 28 77. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE . . . . . . . 29 1 .. iJ DOCUMENT 00700 GENERAL CONDITIONS These General Conditions contain contractual -legal Articles that establish the ' requirements and conditions governing responsibility, policy, and procedures that apply during the construction and warranty period. This part of the Contract Documents is preprinted. Any modifications to the following Articles that are special to the Project under consideration will be made in the Supple— mentary Conditions. Requirements and conditions that have special significance to the Contract for the contemplated Work on this Project are as set forth in the remaining Sections of these Contract Documents. DEFINITIONS Wherever in the Contract Documents the following terms are used, the intent and 'meaning shall be interpreted as follows: 1. AS APPROVED The words "as approved", unless otherwise qualified, shall be under— stood to be followed by the words "by the Engineer". 2. AS SHOWN, AND AS INDICATED The words "as shown" and "as indicated" shall be understood to be ' followed by the words "on the Drawings". 3. BIDDER The person or persons, partnership, firm, or corporation submitting a Proposal for the Work contemplated. 4. CONTRACT .The"Contract". the written agreement covering the performance of the Work and the furnishing of labor, materials, incidental services, - ' tools, and equipment in the construction of the Work. It includes supplemental agreements amending or extending the Work contemplated and which may be required to complete the Work in a substantial and accept- - able manner. Supplemental agreements are written agreements covering ' alterations, amendments, or extensions to the Contract and include Contract Change Orders. 5. CONTRACT DOCUMENTS The "Contract Documents" consist of the Bidding Requirements, Contract forms., -Conditions -..of -the Contract -,-the. Specifications, and the Draw— ings, including. -all modifications thereof incorporated into the Docu— ments.before their execution, and including all other requirements incorporated by specific reference thereto. These form the Contract. 6. CONTRACTOR The person or persons, partnership, firm, or corporation who enters into the Contract awarded him by the Owner. - 1 - 00700 I I I I 7. DAYS Unless otherwise specifically stated, the term "days'.' will be understood to mean calendar days. 8. DRAWINGS The term "Drawings" refers to the official Drawings, profiles, cross sections, elevations, details, and other working drawings and supple— mentary drawings, or reproductions thereof, sealed by the Engineer, which show the location, character, dimensions, and details of the Work to::be performed. Drawings may either be bound in the same book as the -Project Manual or: bound separately and are a part of the Contract — Documents, regardless of the method of binding. 9. ENGINEER The person or organization identified as such in the Contract. The term "Engineer" means the Engineer or his authorized representative. - I I [.I I 10. NOTICE 11 12 The term "notice" or the requirement to notify, as used in the Contract Documents or applicable state or federal statutes, shall signify a written communication delivered in person or by certified or registered mail to the individual, or to a member of the firm, or to an officer of the corporation for whom it is intended. Certified or registered mail shall be addressed to the last business address known to him who gives the notice. OR EQUAL The.term "or equal" shall be understoo product is the same or better than the performance, reliability, quality, and nation of:equality:in reference to the be. made by. the Engineer. Such "equal" or installed by the Contractor without OWNER I to indicate that the "equal" product named in function,. . general configuration. Determi—. Project design requirements will, products shall not -be purchased:-,_. the Engineer's•written approval.. The person, organization, or public body identified as such in the Contract. 13. PLANS (See Drawings) ' 14. SPECIFICATIONS :1:3Ct7 �-- - -- Those portions of the Contract Documentsa;.consis.ting.of:.,wr'itten ' technical descriptions of materials, equipment, construction systems, standards, and workmanship as applied to the Work and certain administrative details applicable thereto. Where standard specifications, such as those of ASTM, AASHTO, etc., have been referred to, the applicable portions of such standard speci— fications shall become a part of these Contract Documents. 2 - 00700 I I. 15. NOTICE TO PROCEED ' A written notice given by the Owner to the Contractor (with a copy to the Engineer) fixing the date on which the Contract time will commence to run and on which the Contractor shall start to perform his obliga— ' tion under the Contract. The Notice to Proceed shall be given within 30 days following execution of the Contract by the Owner. 16. SUBSTANTIAL COMPLETION ' "Substantial completion" shall be that degree of completion of the Project, or a defined portion of.the Project, sufficient to provide the Owner, at his discretion, the full-time use of the Project or defined ' portion of the Project for the purposes for which it was intended. Such substantial completion shall not relieve Contractor from liqui— dated damages should the Owner have added costs after the completion date, i.e., if. additional construction observation, interest paid, loss of revenue, or other expenses continue to be charged to the Owner. 17. WORK The word "Work" within these Contract Documents shall include all ' material, labor, and tools; all appliances, machinery, transportation, and appurtenances necessary to perform and complete the Contract; and such additional items not specifically indicated or described which can be reasonably inferred as belonging to the item described or indicated ' and as required by good practice to provide a complete and satisfactory system or structure. As used herein, "provide" shall be understood to mean "provide complete in -place", that is, "furnish and install". CONTRACT DOCUMENTS - 18. INTENT OF CONTRACT. DOCUMENTS ' The ContractDocumentsare complementary, and what is called for by one. shall be as binding as if called for by all. The intent of the Docu— ments._is.to include-. all Work. (except specific items to be furnished, by. -the Owner) necessary for completion of the. Contract. Materials or Work described -in words which so applied have a well-known technical and trade meaning shall be held to refer to such recognized standards. . ' 19. DISCREPANCIES AND OMISSIONS r An ::discre ancies •.or omissions found: in the Contract -Documents.. shal L �b e- - I-- _ reported -to -the Engineer immediately. The Engineer will clarify - - -discrepancies-or-omissions, in writing, within a reasonable time In reso.l-ving�inconsistencies among two or more;Sec.tions...ofir.the Contract -.- Documents, precedence shall be given in the following order.:... _. .. II 1. CONTRACT 2. SUPPLEMENTARY CONDITIONS 3.' SPECIFICATIONS 4. INSTRUCTIONS TO BIDDERS 5. GENERAL CONDITIONS 6. DRAWINGS 3 - 00700 r. ' Figure dimensions on Drawings shall take precedence over scale dimensions. Detailed Drawings shall take precedence over general Drawings. It is understood and agreed that the Work, shall be performed and completed according to the true spirit, meaning, and intent of these Documents. 20. ALTERATIONS - CHANCES'IN WORK _ The Owner, without notice to the Sureties and without invalidating the Contract, may order changes in the Work within the general scope of the Contract by altering, adding to, or deducting from the Work; the Contract being adjusted accordingly. All such Work shall be executed under the conditions of the original Contract, except as specifically adjusted at the time of ordering such change. In giving instructions, the Engineer may order minor changes in the. Work not involving extra cost and not inconsistent with the purposes of the Project, but otherwise, except in an emergency endangering life or property,: additions or deductions from the Work shall be performed only in pursuance of an approved Change Order from the Owner, signed or countersigned by the Engineer, or a Change Order from the Engineer stating that the Owner has authorized the deduction, addition, or change, and no claim for additional payment shall be valid unless so ' ordered. If the Work is reduced by alterations, such action shall not constitute a claim for damages based on loss of anticipated profits. 21. VERIFICATION OF CONTRACT DOCUMENTS The -Contractor shall thoroughly examine and become familiar with all -of the various parts of these Contract Documents and determine the nature- and location of the Work, the general and local conditions, and all- - other matters which can in any way affect the Work under this Contract.. - Failure to- make-anexamination necessary for -this determination shall . • . not -release the Contractor from the obligations of this Contract. The Contractor warrants that no verbal agreement. or conversation with. any •..- officer, agent, or employee of the. Owner, or: with the Engineer either-. ..._ ' before or after the execution of this: Contract, has affected or modi— fied any of the terms or obligations herein contained. 22. DOCUMENTS TO BE KEPT ON THE JOBSITE ' - - - - The -Contractor shal=l -keep one copyof -the Contract Documents on the. _ -. jobsite,,nin good --order; available -to the -Engineer -and to his-represen— - -• - -tatThe1Contractor -shall-=ma•intain--on-a--daily basis at the jobsite, and make ry•\- available -to-: the':Engineer--on.reques-t;:=one current record set of the... ' Drawings which -have. been,accuratel-ymarked up to indicate all modifica- tions in the -completed. Work that- differ —from the design information shown on the Drawings.. Upon substantial completion of the Work, the Contractor shall give the Engineer one complete set of marked up record ' Drawing's. I 4 - 00700 :-J I I I I I I I 1. 23. ADDITIONAL CONTRACT DOCUMENTS The Engineer will furnish to the Contractor on request and free of charge, three copies of the Project Manual and three sets of full-size Drawings. Additional copies of the Project Manual and the Drawings may. be obtained on request by paying the price as shown in the Invitation to Bid for the Contract Documents. 24. OWNERSHIP OF DRAWINGS All Drawings, Plans, Specifications, and copies thereof furnished by the Engineer and the Owner are their property. They are not to be used on other work and, with the exception of the signed Contract set, are to be returned to them on request at the completion of the Work. Any reuse of these materials without specific written verification or adaptation by the Engineer and the Owner will be at the risk of the user and without liability or legal expense to the Engineer and the Owner. Such user shall hold the Engineer and the Owner harmless from any and all damages, including reasonable attorneys' fees, from any and all claims arising from any such reuse. Any such verification and adaptation by the Engineer and the Owner will entitle the Engineer to further compensation at rates to be agreed upon by the user and the Engineer and the Owner. All models are the property of the Owner. THE ENGINEER 25. AUTHORITY OF THE ENGINEER The Engineer shall be the Owner's representative during the construction.. period. His authority and responsibility shall be limited to the .provisions set forth in these Contract Documents. -The Engineer shallhave the. authority to reject Work and material which does not conform to the Contract Documents. However, neither the Engineer's authority to act under this provision, nor any decision made by him in good faith either to exercise or not to exercise such authority, shall give rise: to any duty or responsibility of the Engineer to the Contrac— tor, any Subcontractor, their respective Sureties, any of their agents or employees, or any other person performing any of the Work. DUTIES.AND RESPONSIBILITIES OF THE ENGINEER The Engineer will make periodic visits to the site of the Project to observe the -progress and quality. ._of the Work and to determine, in 'general,- if=•the.Work is proceeding in -accordance with the intent of the Contract Documents.. He sha1L•not_be.required,tomake comprehensive or..:..: continuous continuous inspections to check, .qu al:ity._prrquanti-ty of theWork, and he--: shall not be responsible .for,consttuctionmeans, methods, techniques, •-sequences, or procedures,_ or for-, s'afety precautions and programs in connection with the Work. Visits and observations' made by the Engineer.. shall not relieve the Contractor of hi obligation to conduct compre— hensive inspections of the Work and to furnish materials and perform acceptable Work, and to provide adequate safety precautions, in confor— mance with the intent of the Contract. The Engineer will make decisions, in writing, on all claims of the Owner or the Contractor arising from interpretation or execution of the Contract Documents. Such decision shall be necessary before the -5 00700 I Contractor can receive additional money under the terms of the Contract. Changes in Work ordered by the Engineer will be made in compliance with Article 20, ALTERATIONS - CHANGES IN WORK. One or more construction observers may be assigned to observe the Work for compliance with the Contract Documents and to act in matters of ' construction under this Contract. It is understood that such Construc— tion observers shall have the power to issue instructions and make decisions within the limitations of the authority of the Engineer. The Contractor shall furnish all reasonable assistance required by the ' Engineer or construction observer for proper review of the Work. Construction observers shall not have the power or authority to delete, increase, modify or otherwise change the requirements of the Contract ' Documents. The above -mentioned observation shall not relieve the Contractor of his obligations to conduct comprehensive inspections of the Work and to furnish materials and perform acceptable Work and to provide adequate safety precautions, in conformance with the intent of ' the Contract. 27. REJECTED MATERIAL Any material condemned or rejected by the Engineer or his authorized construction observer because of nonconformity with the Contract Documents shall be removed at once from the vicinity of the Work by the Contractor at his own expense, and the same shall not be used on the Work. 28. UNNOTICED DEFECTS I j. I [1 Any defective Work or material that may be discovered by the Engineer before the final acceptance of Work, -or before final payment has been made, or during the guarantee period, shall be removed and replaced by Work and materials which shall conform to the provisions of the Con— tract Documents. Failure on the part of the Engineer to condemn or - reject bad or inferior Work or materials shall not be construed to imply acceptance of such Work or materials. The Owner shall reserve and retain all of its rights and remedies at law against the Contractor and its surety for correction of any and all latent defects discovered after the guarantee period. 29. RIGHT TO RETAIN -IMPERFECT WORK If. any part or portion of the Work done or material furnished -under - this Contract shall prove defective and not in accordance with the Drawings -and -Specifications, and if the imperfection in the same shall not :be .o£sufficient-'magnitud'e'or'importance""8s to make the Work' •• .:dangerous -or- unsuitable, or if the removal of such Work will create '` conditions--which.are dangerous or undesirable, the Owner shall have the r-ight,.and:authori.ty::to..re.tain such Work but shall make such'deductons =r` ri" in.the_final payment therefor as may be just and reasonable.-- The Owner shall,. also have the option to require, at no added cost to the Owner, extended warranties, maintenance bonds, or other remedies to provide for repair or reconstruction of imperfect Work. 00700 I I ' 30. LINES AND GRADES Lines and grades shall be established as provided in the Supplementary Conditions. All stakes, marks, and other information shall be carefully preserved by the Contractor, and in case of their careless or ' unnecessary destruction or removal by him or his employees, such stakes, marks, and other information will be replaced at the Contrac— tor's expense. ' 31. SHOP DRAWING SUBMITTAL PROCEDURE The Contractor shall submit six (6) copies to the Engineer for his review, such shop drawings, electrical diagrams, and catalog cuts for ' fabricated items and manufactured items (including mechanical and -electrical equipment) required for the construction. Shop drawings shall be submitted in sufficient time to allow the Engineer not less than 20 regular working days per submittal for examining the shop drawings. These shop drawings shall be accurate, distinct, and complete and shall • contain all required information, including satisfactory identification of items, units, and assemblies in relation to the Contract Drawings and Specifications. Unless otherwise approved by the Engineer, shop drawings shall be submitted only by the Contractor, who shall indicate by a signed stamp on the shop drawings, or other approved means, that he (the Contractor) ' has checked the shop drawings, and that the Work shown is in accordance with Contract requirements and has been checked for dimensions and relationship with Work of all other trades involved. The practice of. submitting incomplete or unchecked shop drawings for the Engineer to correct -or finish will not be acceptable, and shop drawings which, in ." . the opinion of the Engineer, clearly indicate that they have not been checked by the Contractor will be considered as not complying with the intent of the Contract Documents and will, be returned to the Contractor for resubmission in the proper form. When the shop drawings have been reviewed by the Engineer, two(2) sets of submittals will be returned to the Contractor appropriately stamped. If major changes or corrections are necessary, the shop drawing may be rejected and one(l) set will -be returned to the Contractor with such - changes or corrections indicated, and the Contractor shall correct and resubmit the shop drawings -in quadruplicate, unless otherwise directed by •the Engineer. No changes shall be made by the Contractor to resub thitted shop drawings other than those --changes indicated by the Engi— ---- neer,'•'unless'such'changes are clearly described_in-a.letter accompany- ing the resubmitted shop drawings. 1 The review of such shop drawings -and- catalog_cuts -by the Engineer shall not relieve the Contractor from responsibility for correctness of dimensions, fabrication details, and space requirements or for devia— tions from the Contract Drawings or Specifications unless. the Contrac— torhas called attention to such deviation' 'in writing by a letter ' accomptnying the shop drawings and the Engineer approves the change or deviation in writing at the time of submission; nor shall review by the Engineer relieve the Contractor from the responsibility for errors in the shop drawings. When the Contractor does call such deviations to 7 - 00700 I 1 the attention of the Engineer, the Contractor shall state in his letter ' whether or not such deviations involve any deduction or extra cost adjustment. ' 32. ADDITIONAL DETAIL DRAWINGS AND INSTRUCTIONS The Engineer will furnish, with reasonable promptness, additional instructions by means of drawings or otherwise, if, in the Engineer's opinion, such are required for the proper execution of the Work. All such drawings and instructions will be consistent with the Contract Documents, true developments thereof, and reasonably inferable therefrom. ' THE CONTRACTOR AND HIS EMPLOYEES ' 33. INDEPENDENT CONTRACTOR The Contractor shall perform all Work under this Contract as an Independent Contractor and shall not be considered as an.agent of the Owner or of the Engineer, nor shall the Contractor's subcontractors or employees be subagents of the Owner or of the Engineer. 34. SUBCONTRACTING ' Within 30 days after the execution of the Contract, the Contractor shall submit to the Engineer the names of all subcontractors proposed ' for the Work, including the names of any subcontractors that were submitted with the Proposal. The Contractor shall not employ any subcontractors that the Engineer may object to as lacking capability to properly perform Work of the type and scope anticipated. No changes ' will be allowed from the approved subcontractor list without written approval of the Engineer. The Contractor agrees that he is as fully responsible -to the Owner for ' the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. ' Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. 35. INSURANCE AND LIABILITY A. GENERAL The Contractor shall provide (from insurance companies acceptable_-_ to the Owner) the insurance' -coverage -designated hereinafter and. pay all costs. - - Before execution of the Contract; --Contractor. shall furnish the .._ Owner with complete copies of all insurance policies and certifi— cates of insurance specified herein showing.-, the type, amount, ' .class of operations covered, effective dates, and date of expira— tion of policies, and containing substantially the following statement: 8 - -00700 1 I I I "The insurance covered by this certificate will not be cancelled or materially altered, except after 30 days written notice has been received by the Owner." In -case of the breach of any provision of this Article, the Owner, at his option, may take out and maintain, at the expense of the Contractor, such insurance as the Owner may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Contractor under. this Contract. B. CONTRACTOR AND SUBCONTRACTOR INSURANCE The Contractor shall not execute the Contract or -commence Work ' under this Contract until he has obtained all the insurance required hereunder and such insurance has been reviewed and approved by the Owner, nor shall the Contractor allow any subcon— tractor to commence Work on his subcontract until insurance specified below has been obtained. Review of the insurance by the Owner shall not relieve or decrease the liability of the Contrac— tor hereunder. C. COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE The Contractor shall maintain during the life of this Contract the statutory Workmen's Compensation, in addition, Employer's Liabili— ty Insurance in an amount not less than $100,000 for each occur— rence, for all of his employees to be engaged in Work on the Project under this Contract and, in case any such Work is sublet, 1 the Contractor shall require the subcontractor similarly to provide Workmen's Compensation and Employer's Liability Insurance for all of.the latter's employees to be engaged in such Work. ' Where Work under this Contract includes any water or navigational exposure, coverage shall be included to cover the Federal Longshoremen's and Harborworker'-s Act and the Federal Jones Act. Employer's -Liability Insurance shall be extended to include waiver• ' of subrogation to the Owner. D. GENERAL LIABILITY INSURANCE , The Contractor shall maintain during the life of this Contract such general liability, completed operations and products liabili— ty, and automobile liability insurance as will provide coverage for claims for damages for personal injury, including accidental death .:as well as for claims for property damage, which may arise directly.or-.indirectly from performance of the Work under this ""`"" "` Contract. The general liability policy should also specifically - ensure •the. contractual -liability assumed by the Contractor under' Article. Indemnification. Coverage for property damage shall be^on ;,a -?broad- form" basi�s�with no. exclusions for "XC & U." Amount of insurance to be -provided shall be as shown below: 1. Contractor's Comprehensive General Liability Insurance For not less than the following limits of liability: Bodily Injury: $500,000 each occurrence - ' $500,000 aggregate 9 - 00700 Property Damage: $250,000 each occurrence $250,000 aggregate Include the following coverage: °Waiver of all "XCU" exclusions. °Broad Form Property Damage and Personal Injury Liability. °Independent Contractor's Coverage. 2. Contractor's Comprehensive Automobile Liability Insurance For not less than the following limits of liability: Bodily Injury: $ 500,000 each person $1,000,000 each occurrence Property Damage: $ 100,000 each occurrence OR Bodily Injury and Property Damage: $1,000,000 combined - single limit each occurrence. Include Hired car and Non -Ownership Coverage. 3. Contractor's Excess Umbrella Policy: $1,000,000. limit of liability policy shall be provided. ENGINEER SHALL BE INCLUDED AS.ADDITIONAL INSURED: Insurance certificates furnished by.the Contractor and/or Subcontractor(s) shall include the Engineer as an "Additional Insured" for all Liability and Property Damage policies. In the event any Work under this Contract is performed by a subcontractor, the Contractor shall be responsible for any liabil— ity directly or indirectly arising out of the Work performed under this Contract by a subcontractor,.which liability is not covered by the subcontractor's, insurance. .. LJ [1 I The Contractor's and any subcontractor's general liability and automobile liability insurance policies shall include the Owner and Engineer, their officers., agents, and employees as additional insureds for- any �claims -aris.ing,_out of, Work performed under this Contract: E. BUILDER'S RISK:' ALLr.RISK_aINSURANCE Unless otherwise modified in the Supplementary Conditions, the Contractor shall secure and maintain during the life of this Contract, Builders Risk All Risk Insurance coverage in an amount equal to the full replacement value of structures, equipment, electrical, and mechanical systems only. Such insurance shall not exclude coverage for earthquake, landslide, flood, collapse, blasting, or loss due to the results of faulty workmanship, and - 10 - 00700 shall provide for losses to be paid to the Contractor, Subcontrac— tor, and the Owner as. their interests may appear. ' F. OWNER'S AND CONTRACTOR'S PROTECTIVE LIABILITY INSURANCE The Contractor shall, at his expense, provide the Owner with an ' Owner's and Contractor's Protective Liability Insurance Policy naming the Owner as the named insured and the Engineer, its architects and engineers, and each of their officers, agents, and ' employees as additional insured under that policy, said policy to protect said parties from claims which may arise from operations under the Contract. Limits of policy coverage shall be: Bodily Injury Property Damage $500,000 each person $1,000,000 aggregate $250,000 each person $250,000 aggregate $1,000,000 combined -single limit each occurrence/aggregate. G.. INSURANCE COVERAGE FOR SPECIAL CONDITIONS When the construction is to be accomplished within a public or private right-of-way requiring special insurance coverage, the: • Contractor. shall conform to the particular requirements -and provide the required insurance., _The...Contractor shall include -.in =-.--• his- ;liability policy all endorsements -that the said authority may - require., for. the protection.of the authority; its officers, agents;:- .•.and employees. Insurance coverage for special conditions., when required, shall be provided as set forth in the. Supplementary.. Conditions. H. NO PERSONAL LIABILITY OF PUBLIC OFFICIALS In carrying out any of the provisions hereof in exercising any authority granted by the Contract, -..—there will be no personal': liability upon any public official. , 36. INDEMNITY The. Contractor. shall indemnify and hold harmtess the:Owner,.the Engineer, and their agents and employees from and against damages, •.losses,,and expenses including attorneys'_:fees.,.up_.toi:.the amount of the _ _,. ,w,• _Gontract;,,price, arising out of or .resulting from.:_the:-per.formance::_of:-the: ' Work, provided that any such claim, damage, loss or -expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury or to destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (2) is ' caused in whole or in part by any act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, provided that such claims, damages, losses, and expenses are not proximately caused ' - 11 - 00700 •by the negligence of any indemnitee in the design, or by the sole negligence of any indemnitee in the inspection of the Work that is the subject of this construction Contract. In any and all claims against the Owner, the Engineer, or any of their agents or employees by any employee of the Contractor, any subcontrac- t tor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obliga- tion under this Article 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 the Contractor or any subcontractor under Workmen's Compensation Acts. Disability Benefit -Acts, or other Employee Benefit Acts. 37. TAXES AND CHARGES The Contractor shall withhold and pay any and all sales and use taxes, ' including any and -all change of taxes thereof, and all withholding taxes, whether state or federal, and pay all Social Security charges and also all State Unemployment Compensation charges, and pay or cause to be withheld, as the case may be, any and all taxes, charges, or fees or sums whatsoever, which are now or may hereafter be required to be paid or withheld under any laws. 38. ORDINANCES, PERMITS, AND LICENSES The Contractor shall keep himself fully informed of all local • ordinances, as well as state and federal laws, which in any manner affect the Work herein specified. The Contractor shall at all times comply with said ordinances, laws, and regulations, and protect and indemnify the Owner,. the Engineer:. and their respective employees, and '.'.._,_._.ZT ,its officers and agents against any claim or liability arising from or . based on -.the. violation of any such laws, ordinances, or regulations up -.- -�-• to.the amount -of the Contract Price. All.permits, licenses, and inspection fees necessary for prosecution and completion of the Work .._._.. ' shall be secured and paid for by the Contractor, unless otherwise specified. ' 39. SUPERINTENDENCE - The Contractor -shall -keep -on the'-work,-duringits progress ,'compet2nt- supervisory personnel. The Contractor shall designate, in writing, before starting Work, one authorized representative -who shall have complete authority to represent and to act -for the -Contractor: --The Contractor, -shall -give efficient supervision -to. the Work, -using -his-be'st skill-r--and-•attention:--'- The- Contractor-sha-11 -be`solely, responsible for ' :;...all construct -ion -means methods, techniques, and- procedures;: -:and for:.= - providing adequate safety precautions and coordinating all portions :of he;W.orkunder,the_-Contract.. It -is specifica.11y..unders-food.-and.agreed : `- --- ' that the Engineer, its employees and agents, shall not have control or charge of and shall not be responsible for the construction means, methods, techniques, procedures, or for providing adequate safety precautions in connection with the Work under the Contract. 1 12 - 00700 I 40. RECEPTION OF ENGINEER'S DIRECTIONS The superintendent, or other duly authorized representative of the Contractor, shall represent the Contractor in all directions given to him by the Engineer. Such directions of major importance will be confirmed in writing. Any direction will be so confirmed, in each 'case, on written request from the Contractor. 41. SANITATION I Sanitary conveniences conforming to state and local codes shall be erected and maintained by the Contractor at all times while workers are employed on the Work. •The sanitary convenience facilities shall be as I. approved by the Engineer. 42. EMPLOYEES The Contractor shall employ only men or women who are competent and skillful -in their respective line of work. Whenever the Engineer or Owner shall notify the Contractor that any person on the Work is, in their opinion, incompetent, unfaithful, or disorderly or refuses to carry out the provisions of this Contract or uses threatening or abusive language to any person representing the Owner on the Work, or is otherwise unsatisfactory, such person shall be immediately dis— ' charged from the Project and shall not be re-employed thereon except with the consent of the Engineer by the Owner. ' 43. PROJECT MEETINGS The Engineer may conduct Project meetings., as he deems necessary,. for the purposes of discussing and resolving, matters concerning the various elements of the Work. Time and place for these meetings and the names - , .. _,-..z_. of.:persons-required-.to be present shall he --as directed by the Engineer. . Contractor shall comply with these attendance requirements and shall also require his subcontractors to comply. 44. SAFETY The Contractor shall be solely and completely responsible for conditions -of -the jobsite, including safety of all persons (including employees) and property during performance -of the Work. This require— ment -shall apply continuously and not be limited to normal working ' hours. Safety provisions shall conform to U. S. Department of Labors (OSHA); the -State Labor Department -Laws; -.ail -other applicable federal,. -` state, -county; and local laws, ordinances, and codes; the requirements - -- set forth below; and -'any regul-ations.-that"may-be.detailed in other parts of these Documents Where any-of_these-are in conflict, the more stringent requirement shall be...followed..2..The Contractor's failure to thoroughly familiarize..himself..with._the aforementioned safety provi— - sions shall not relieve him from compliance with the obligations and penalties set forth herein. The Contractor shall develop and maintain for the duration of this Contract, a safety program that will effectively incorporate and implement all required safety provisions. The Contractor shall appoint an employee who is qualified and authorized to supervise and enforce ' compliance with the safety program. 13 - 00700 C r The duty of the Engineer to conduct construction review of the Contractor's performance is not intended to include a review or t approval of the adequacy of the Contractor's safety supervisor, the safety program, or any safety measures taken in, on, or near the construction site. I. The Contractor, as a part of his safety program, shall, maintain at his office or other well-known place at the jobsite, safety equipment applicable to the Work as prescribed by the aforementioned authorities, I. all articles necessary for giving first aid to the injured, and shall establish, the procedure for the immediate removal to a hospital or a doctor's care of persons (including employees) who may be injured on the jobsite. ' If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to ' both the Engineer and the owner. In addition, the Contractor must promptly report in writing to the Engineer all accidents whatsoever arising out of, or in connection with, the performance of the Work whether •on, or adjacent to, the site, giving full details and state- ' ments.of witnesses. If a claim is made by anyone against the Contractor or any subcontractor on account of any accident, the Contractor shall promptly ' report the facts in writing to the Engineer, giving full details of the claim. I. 45. CONTRACTOR'S TOOLS AND EQUIPMENT . The Contractor's tools and equipment. used on the Work shall be furnished in sufficient quantity and of a capacity and type that will ' safely perform the Work specified, and shall be maintained and used in a manner that will.not create a hazard to persons or property, or cause a delay in the progress of the Work. 46. PROTECTION OF WORK AND PROPERTY The: Contractor shall at all times safely guard the Owner'.s property - ..from injury or loss in connection with this Contract. The.Contractor shall at all times safely guard and protect from damage his own Work, and that of adjacent property (as provided by law and the Contract Documents). All passageways, guard fences, lights, and other facili— ' ties required for protection by federal, state, or municipal laws and regulations and local conditions, must be provided and maintained.. ' The Contractor shall protect his -Work -and materials from damage due to the nature of-the'Work, the. -elements -,...carelessness of other Contrac— tors, or from any cause whatever until the completion and acceptance of the Work. All_loss..or-damages--ari-singp out of the nature of the Work to -------- I be done under these Contract Documents, or from any unforeseen obstruc— tion or defects which may be encountered in the prosecution of the Work, or from the action of the,elements, shall be sustained by the Contractor. I. In addition, the Contractor shall take special precautions to prevent the "flotation" of all tanks and structures prior to their final 14 - 00700 I I Li I C I I I acceptance and filling for beneficial use. The Contract price shall include all costs associated with such special precautions. Also, the Contractor shall not load or permit any part of any structure to be loaded with a weight that will endanger its safety or its struc— tural integrity. 47. RESPONSIBILITY OF CONTRACTOR TO ACT IN EMERGENCY In case of an emergency which threatens loss or injury of property, and/or safety of life, the Contractor shall act, without previous instructions from the Owner or Engineer, as the situation may warrant. The Contractor shall notify the Engineer thereof immediately there— after. Any claim for compensation by the Contractor, together with substantiating documents in regard to expense, shall be submitted to the Owner through the Engineer and the amount of compensation shall be determined by agreement. 48. MATERIALS AND APPLIANCES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transpor— tation, and other facilities necessary for the execution and completion of the Work. Unless otherwise specified, all materials shall be new, and both workmanship and materials shall be of good quality. The Contractor shall- if required, furnish -satisfactory evidence as to the kind and.. quality of materials. In selecting and/or approving equipment for installation in the Project, the Owner and Engineer assume no responsibility for injury or - claims resulting from failure of the equipment to comply with applica—' ble national, state, and local safety codes or requirements, or the safety requirements of a recognized agency, or failure due to faulty - design concepts, or defective workmanship -and materials. 49. CONTRACTORS' AND MANUFACTURERS' COMPLIANCE WITH STATE SAFETY,, OSHA, AND OTHER CODE REQUIREMENTS The completed Work shall include all necessary permanent safety ' devices, such as machinery guards and similar ordinary safety items required by the state and federal (OSHA) industrial authorities and applicable local and national codes._Further, any features of the Work (including Owner -selected equipment). subject to such safety regulations I. shall be fabricated, furnished, and installed in compliance with these requirements. Contractors and manufacturers of equipment shall -be held responsible for compliance with the requirements included herein. ' Contractors shall notify all equipment suppliers ":andrsubcontractors-.o.f_.._. the provisions of this Article. 50. SUBSTITUTION OF MATERIALS ' Except for Owner -selected equipment items and items where no substitution is clearly specified, whenever any material, article, device, product, fixture, form, type of construction, or process is 'indicated or specified by patent or proprietary name, by name of 15 00700 I manufacturer, or by catalog number, such specifications shall be deemed to be used for the purpose of establishing a standard of quality and facilitating the description of the material or process desired. This procedure is not to be construed as eliminating from competition other products of equal or better quality by other manufacturers where fully suitable in design, and shall be deemed to be followed by the words "or equal". The Bidder may, in such cases, submit complete data to the Engineer (with his Bid Proposal, as stipulated hereinbefore) for consideration of another material, type, or process which shall be substantially equal in every respect to that so indicated or specified. Substitute materials.shall not be used unless approved in writing. The Owner or his authorized agent will be the sole judge of the substituted: article or material. 51. TESTS, SAMPLES, AND INSPECTIONS The Contractor shall furnish, pieces and samples, including same, as requested by the Eng shall furnish certificates of the point of manufacture by a without extra charge, the necessary test facilities and labor for obtaining the ineer. When required, the Contractor tests of materials and equipment made at recognized testing laboratory. The Owner, Engineer, authorized government agents, and their representatives shall at all times be provided safe access to the Work wherever it is in preparation or progress, and the Contractor shall provide facilities for such access and for inspection, including maintenance of temporary and permanent access. --If the Specifications, the Engineer's instructions, laws, ordinances, or any public authority require any Work to be specially tested or approved, the Contractor shall give timely notice of. its readiness for • inspection. Inspections to be conducted by the Engineer will be promptly made, and where practicable, at the -source of supply. If any Work should be covered up without approval or consent of the Engineer, - it shall be uncovered for examination at the Contractor's expense. _ 52. ROYALTIES AND PATENTS The -Contractor shall:_pay all royalty and license fees, unless otherwise specified-: The Contractor shall defend all suits or claims for in— fringement of any patent rights and shall save the Owner and the Engineer harmless from any and all loss, including reasonable attor— neys' fees, on account thereof, up to. the Contract Price. 53. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE -CONTRACT If the Work -should be stopped -under an_order-cof any court - or other public authority for a period of. more,.,than.A_months;.. through no act or a -u .fault of..the_.Contractor, its Subcontractors.;to:rn-respective._.employees or .. agents, then the Contractor may, upon. 15 days' written notice to the Owner and the Engineer, if said default has not been cured, stop Work or terminate this Contract and recover from the Owner payment for the reasonable value of Work performed. 1 J - 16 - 00700 I 54. CORRECTION OF DEFECTIVE WORK FOUND DURING WARRANTY PERIOD ' The Contractor hereby agrees to make, at his own expense, all repairs or replacements necessitated by defects in materials or workmanship, supplied under terms of this Contract, and pay for any damage to other .works resulting from such defects, which become evident within 1 year '• after. the date of final acceptance of the Work or within 1 year after the date of substantial completion established by the Engineer for • specified items of equipment, or within such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents. The Contractor further assumes responsibility for a similar guarantee for all Work and materi— als provided by subcontractors or manufacturers of packaged equipment I. components. The effective date for the start of the, guarantee or • warranty period for equipment qualifying as substantially complete is defined in Article 16, SUBSTANTIAL COMPLETION, and Article 65, SUBSTAN— t TIAL COMPLETION DATE, in these General Conditions. The Contractor also agrees to hold the Owner and the Engineer harmless from liability of any kind arising from damage due to said defects. The Contractor shall make all repairs and replacements promptly upon receipt of written. ' order for same from the Owner. If the Contractor fails to make the repairs and replacements promptly, the Owner may do the Work, and the Contractor and his Surety shall be liable for the cost thereof. Any additional requirements for the Project relative to correction of ' defective Work after final acceptance are set forth in the Supplementary Conditions. ' PROGRESS OF THE WORK_ 55. BEGINNING OF•THE WORK • Before Work shall be started and materials ordered, the Contractor shall meet and consult with the Owner and/or Engineer relative to materials, equipment, and all arrangements for prosecuting the Work. 56. SCHEDULES AND PROGRESS REPORTS The Contractor shall submit to the Owner such schedule of quantities ' and costs, progress schedules, payrolls, reports, records, and other data as the Owner may request concerning Work performed or to be performed under this Contract. I I I Construction Schedule Requirements: The Contractor shall comply with the following requirements concerning construction scheduling and payments: . .-. ..Y -ms .-.Tl ...... n. v v. rim. Y'�..+.•-.M1e-n' -. The Contractor shall submit a construction'schedule of the bar graph type (or other approved type)prior-to the pre -construction conference showing the --following information••as a minimum: ..- a. Date of Notice to Proceed with Contract Work. b. Actual date construction is scheduled to start if different from the date of Notice to Proceed. c. Contract completion date. - 17 - 00700 d. Beginning and completion dates for each phase of Work. ' e. The dates •at which special detail drawings. are required. f. Respective dates for submission of shop drawings and the beginning of manufacture, the testing of, and the installa— ' tion of materials, supplies, and equipment. g. All construction milestone dates. ' h. A separate graph showing Work placement in dollars versus Contract time. ' Theschedule shall incorporate approved Contract changes. The schedule shall: be maintained in an up-to-date condition monthly and shall be available for inspection at the construction site at all times. ' The construction schedule shall be submitted in conjunction with and/or in addition to any other requirements concerning schedules within these Specifications. • THE. CONSTRUCTION SCHEDULE SHALL BE UPDATED AND SUBMITTED WITH EACH MONTHLY REQUEST FOR PAYMENT. SHOULD THE CONTRACTOR FALL BEHIND SAID ' SCHEDULE, HE SHALL PRESENT IN WRITING TO THE OWNER A REVISED PLAN OF ACTION TO COMPLETE THE PROJECT ON TIME. METHODS MAY INCLUDE, BUT ARE NOT LIMITED TO ADDITIONAL MANPOWER, EQUIPMENT. WORKING OVERTIME. ETC. '. AS MAY BE REQUIRED. ALSO, THE CONSTRUCTION SCHEDULE SHALL BE REVISED ACCORDINGLY. FAILURE TO SUBMIT SUCH REVISED CONSTRUCTION-SCHEDULE'AND WRITTEN EXPLANATION SHALL BE REASON TO WITHHOLD PAYMENT ENTIRELY OR REDUCE PAYMENT SUBSTANTIALLY. - 57. PROSECUTION OF THE WORK It is expressly understood and agreed that the time of beginning, rate of progress, and time of completion of the Work are the essence of this -Contract. The Work shall be prosecuted at such time, and in or on such .part or parts of the Project as may be required, -to complete the Project as contemplated in the Contract Documents and the approved construction schedule. ...•If theContractor desires to carry-on•Work at'night :or outside the regular hours (7:00 a.m. to 6:00 p.m., Monday through Friday), -he shall first obtain the permission of the Engineer: He.shall also -give timely notice to the Engineer to allow satisfactory arrangements=to-.be:made - ' for observation of the Work in progress. If the Work to be done "after hours" requires the full-time presence of a representative of the Engineer, then the Contractor must reimburse the Owner for payments made to the Engineer for this purpose. ' The cost of additional engineering services will be based upon actual hours worked (labor cost x 3) plus out-of-pocket expenses such as 18 - 00700 r I. ' lodging, mileage, materials, etc. Otherwise, the Contractor may perform clean-up work only outside of regular hours (including Saturdays and Sundays. No Work will be accomplished on holidays. ' 58. ASSIGNMENT Neither party to the Contract shall assign the Contract or sublet it as a whole, without the written consent of the other, nor shall the ' Contractor assign any monies due or to become due to him hereunder without the previous written consent of. the Owner.. 59. OWNER'S RIGHT TO DO WORK If the Contractor should, in the opinion of the Engineer, neglect to prosecute the Work properly or should neglect or refuse at his own cost Ito take up and replace Work as shall have been rejected by the Engineer, then the Owner shall notify the Surety of the condition, and after 10 days' written notice to the Contractor and the Surety, or without notice if an emergency or danger to the Work or public exists, and without prejudice to any other right which the Owner may have under the Contract, take over that portion of the which has been improperly executed or uncompleted, and make good the deficiencies and deduct the cost thereof from the payments then or thereafter due. the Contractor, and if such payments are not sufficient thereof, charge the cost to the Contractor and its surety. ' 60. OWNER'S RIGHT TO TRANSFER EMPLOYMENT If the_Contractor should abandon the Work or should be adjudged bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to I. supply enough properly skilled workers or proper materials, or if he ..... should fail to make -promp.t.payment . to subcontractors for material or.. - labor, or.persistently disregard laws, ordinances, or the instructions -._of.the-Engineer, or otherwise be guilty of a substantial violation -of. ' any provision of the Contract or any laws orordinance, then the :Owner. may,. without prejudice to any other right or remedy, and after giving the, Contractor and Surety 7 days' written notice, transfer the employ- ment_for said Work from the Contractor to the Surety. Upon receipt of such notice, such Surety shall enter upon the premises and take posses- sion of::all materials, tools, and appliances thereon for the purpose of _ completing the Work-includ.ed under this Contract and employ, by Con— -- - , - tract or otherwise, any�quaLifiede,person.._or.persons-to finish the. Work and provide .the materials.therefor, in accordance with the Contract Documents, without•termina.tion.of..the continuing full force and effect: - of -this Contract... In case;_-:ofsuch_transfer of employment to such 'Surety, the Surety shall be paid in its own name on estimates according to the terms hereof without any right of the Contractor to make -any. claim for the same or any part thereof. If after the furnishing of said written notice to the Surety, the Contractor and the Surety still fail to make reasonable progress on the performance of the Work, the Owner may terminate the employment of the ' Contractor and take possession of the premises and of all materials, tools, and appliances thereon and finish the Work by whatever method he ' -19- 00700 J H may deem expedient and charge the cost thereof to the Contractor and Surety. In such case, the Contractor shall not be entitled to receive any further payment until the Work is finished. If the expense of completing the Contract, including compensation for additional manage— ' rial and administrative services, shall exceed such unpaid balance, the Contractor and the Surety shall pay- the difference to the Owner. 61, DELAYS AND EXTENSION OF TIME 'If the Contractor is delayed in the progress of the Work by any - separate Contractor employed by the Owner, or by strikes, lockouts, fire, excessive adverse weather conditions not reasonably anticipated .(on the basis of official weather records from the past ten years, minimum, from the locality involved), or acts of God, the Contractor - shall, within 48 hours of the start of the occurrence, give written ' notice to the Owner of the cause of the potential delay and estimate the possible time extension involved, and within 7 days after the cause of delay has been remedied, the Contractor shall given written notice to the Owner of any actual time extension requested as a result of -'the aforementioned occurrence; then the Contract time may be extended by Change Order for such reasonable time as the Engineer determines. It is agreed that no claim shall be made or allowed for any damages which --. may arise out of any delay caused by the above referenced acts or occurrences, other than claims for the appropriate extension of time. No extension of time will be granted to the Contractor for delays occurring to parts of the Work that have no measurable impact on the completion of the total Work under this Contract; nor will extension of time be granted for delays to parts of Work that are not located on the critical path if the Critical Path Method (CPM) is used for scheduling..-. the Work. No extension of time will be considered for weather conditions normal to the area in which the Work is being performed. Unusual weather conditions, if determined by the Engineer to be of a severity that would stop all -progress of the Work, may be considered as cause for: -an..---:- ' extension of Contract completion time. The Contractor -shall provide official documentation of weather conditions experienced versus. -those ,.;,,, anticipated as described above. Delaysin delivery of equipment --or material purchased by the.Contractor or his subcontractors (including Owner -selected equipment) shall not be considered as a just cause for delay. The Contractor shall be fully responsible for the timely ordering,... scheduling, expediting, delivery, ' and installation of all - equipment and materials Within a reasonable period after the -Contractor submits to the Owner a written request for an extension_of time, the: Engineer will present his written opinion to the Owner as to whether an extension of time-is justified, and, if so, his recommendation as to the number of days for time extension. The Owner will make the final decision on all requests ' for extension of time. In no event shall the Contractor be entitled under this Contract to collect or recover any damages, loss, or expense incurred by any delay other than as caused by the Owner, as stipulated in Article 73, NOTICE OF CLAIM FOR DELAY. 20 - 00700 H 1 62. LIQUIDATED DAMAGES - I I I I I I I I I I I I The Work shall begin at the time stated in the Notice to Proceed issued by 'the Owner to the Contractor and shall be completed within the number of consecutive calendar days, or by the calendar date, stated in the accepted Proposal and Contract. The time shall be computed from and including the date stated in the Notice to Proceed. It is agreed that time is of the essence of, this Contract. The Contractor agrees that said Work shall be prosecuted regularly, diligently, and uninterruptedly at -such -"rate or progress as will insure full completion thereof within the time specified. It is expressly understood and agreed, by and between the Contractor and the Owner, that the time for the completion of the Work described herein is a reasonable time for the completion of the same, taking into considera- tion the average climatic range and usual construction conditions pre- vailing in this locality. If the Contractor. shall neglect, fail, or refuse to complete the Work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree, as a part consideration for the awarding of this Contract, a penalty put as liquidated damages for such breach of Contract, as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the Contract for completing the Work. The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages which the Owner would in such event sustain, and said amount shall be retained from time to time by the Owner from current periodic pay estimates. 63. OTHER CONTRACTS The Owner reserves the right to let other Contracts in connection with the Work. The Contractor shall afford other Contractors reasonable - opportunity for the. introduction and storage of their materials and .the - execution of their Work and shall properly connect and coordinate his - Work with theirs. If any part of the Work under this Contract depends on the prior acceptable completion of Work by others under separate Contract(s), the Contractor_ shall inspect and promptly report to the Engineer any defects:.in such Work that would adversely affect the satisfactory - 'Y completion ;ofc_-the =Work under this Contract. The Contractor's ...-to,so inspect andreport shall constitute acceptance -of -`the Work by "others as -being- suitable for the proper reception and completion of the Work, under..this_Contract, excluding, however; those defects -in the Work others that occur after the satisfactory completion of the Work specified hereunder. 64. USE OF PREMISES The Contractor shall confine his equipment, the storage of materials, and the operation of his workers to limits shown on the Drawings or indicated by law, ordinances, permits, or directions of the Engineer, - 21 00700 rI I and shall not unreasonably encumber the premises with his materials. ' The Contractor shall provide, at his own expense, the necessary rights -of -way and access to the Work which may be required outside the limits of the Owner's property. ' 65. SUBSTANTIAL COMPLETION DATE The Engineer may, at his sole discretion, issue a written notice of substantial completion for the purpose of establishing the starting date for specific equipment guarantees, and to establish the date that the Owner will assume the responsibility for the cost of operating such equipment. Said notice shall not be considered as final acceptance'of- ' any portion of the Work or relieve the Contractor from completing the remaining Work within the specified time and in full compliance with the Contract Documents. ' Such substantial completion shall not relieve Contractor from liqui— dated damages should the Owner have added costs after the completion date, i.e., if additional construction observation, interest paid, loss ' of revenue, or other expenses continue to be charged to the Owner. Substantial completion of an operating facility shall be that degree of completion that will provide a minimum of 7 continuous work days of ' successful operation in which all performance and acceptance testing has been successfully demonstrated to the Engineer. All equipment contained in the Work, plus all other components necessary to enable the Owner to operate the facility in the manner that was intended, ' shall be complete on the substantial completion date. See "SUBSTANTIAL COMPLETION" under Article DEFINITIONS, of these General Conditions. 66. PERFORMANCE TESTING Operating equipment and systems shall be performance tested in the presence of the Engineer to demonstrate compliance with the specified requirements. Performance testing -shall be conducted under, the speci— fied design operating conditions -or under such simulated operating conditions as recommended or approved by the Engineer. Schedule such testing with the Engineer at least 1 week in advance of the planned date for testing. 67. OWNER'S USE OF PORTIONS OF THE WORK ' The Owner shall have the right to take possession of and use any completed or partially completed portions of the Work. Such use shall ,not-beons,idered as finalacceptanceof any -portion of the Work, nor .,. . . shall such use be considered as cause for an extension of the Contract completion -time, unless authorized by a Change Order issued by- the -r; > Owner. 168. 'CUTTING AND PATCHING The Contractor shall do all cutting, fitting, or patching of his Work that may be required to make its several parts come together properly and fit it to receive or be received by Work of other Contractors shown upon or reasonably implied by the Drawings. Any defective Work or material, performed or furnished by the Contractor, that may be discov— ered by the Engineer before the final acceptance of the Work or before 22 - 00700 I I C final payment has been made, shall be removed and replaced or patched, in a manner as approved by the Engineer at the expense of the Contractor. 69. CLEANING UP ' PAYMENT 70. 1 H. i I I The Contractor shall, at all times, at his own expense, keep property on which Work is in progress and the adjacent property free from accumulations of waste material or rubbish caused by employees or by the Work. Upon completion of the construction, the Contractor shall, at his own expense; remove all temporary structures, rubbish, and waste materials resulting from his operations.. PAYMENT FOR CHANGE ORDERS Payment or credit for any alterations covered by a Change Order shall be determined by one or a combination of the methods set forth in A, B, or C below as applicable: A. UNIT PRICES. If applicable, those unit prices stipulated in the Proposal, shall be utilized. If such Unit Prices are not applica— ble, the Contractor and Owner may utilize Unit Prices as mutually agreed upon. B. LUMP SUM. A total lump sum for the Work may be negotiated as mutually agreed upon by the Contractor and Owner. In "A" and "B" above, Contractor's quotations for Change Orders shall be in writing and firm for a period of 90 days. Any compensation paid in conjunction with the terms of a Change Order shall comprise total compensation due the Contractor for the Work or alteration defined in the Change Order. By signing the Change Order, the Contractor acknowl- edges that the stipulated compensation includes payment -for the Work or alteration plus all payment for the interruption of schedules, extended overhead, delay or any other impact claim or ripple effect, and by such signing. specifically waives any reservation or claim for additional. - compensation in respect to the subject of the Change Order. The' .Owner's -request -for- quotations on alterations to the Work shall not be considered authorization to proceed with the Work prior to the issuance of a formal Change Order, nor shall such request justify any delay in existing Work.- Lump sum quotations -for alterations to the Work shall include substantkatiTyg--dacumenta:tion with an itemized breakdown of Contractor and subcontractor-casts","=including labor, - - - material, rentals, approved services �� overhead, and profit calculated as specified under "C" below. C. FORCE ACCOUNT WORK. If the method of payment -cannot be agreed upon prior to the beginning of the Work.,_ and the Owner or the Engineer directs that the Work be done by written Change Order or on a force account basis, then the Contractor shall furnish labor, egllipment, and materials necessary to complete the Work in a satisfactory manner and within a reasonable period of time. 23 00700 I For the Work performed, payment will.be made for the documented actual cost of the following: 1. Labor; including foremen, who are directly assigned to the force account Work: (actual payroll cost, including wages, I. fringe benefits as established by negotiated labor agree— ments, labor insurance, and labor taxes as established by law). No other fixed labor burdens will be considered, unless approved in writing by the Owner. ' 2. Material delivered and used on the designated Work, including sales tax, if paid for by the Contractor or his subcontractor. ' 3. Rental, or equivalent rental cost of equipment, including ... necessary transportation for items having a value in excess ' of $100. • 4. Additional bond, as required and approved by the Owner. I. 5. Additional insurance (other than labor insurance) as required and approved by the Owner. To costs under 70C, FORCE ACCOUNT WORK, there shall be added the following fixed fees for the Contractor or subcontractor actually performing the Work: A fixed fee not to exceed 15 percent of the cost of all items 'above. The -added fixed fees shall be considered to be full compensation, ' covering the cost of general supervision, overhead, profit, and any other general expense. ,...a,;The., owner reserves the right to furnish such, materials. and..equip-... went as he deems expedient, and the Contractor shall have.no..claim for profit or added fees on the cost of such materials and equip—. ment. - For -equipment under Item -3 above, rental orequivalent rental cost -' will be allowed for only those days or -hours during which the_. 'equipment is in actual use. Rental and transportation allowances shall not exceed the current rental rates prevailing in the locality. The rentals allowed for equipment will; in all cases, be understood to cover all fuel, supplies; repairs;and renewals, and no furtherallowances-will be made for those items, unless specific agreement to that effect is -.made.' __.�.... ..-_,._,,..The Contractor shall maintain_.his..r.ecords.in:_such_a._manner.:.a s, to provide a clear distinction between the direct costs of Work paid for on a force account basis and the costs of other operations. The Contractor shall furnish the Engineer, report sheets in dupli— cate of each day's force account Work no later than the working I. day following the performance of said Work. The daily report sheets shall itemize the materials used, and shall cover the direct cost of labor and the charges for equipment rental, whether ' furnished by the Contractor, subcontractor, or other forces. - 24 - 00700 I The daily report sheets shall provide names or identifications and classifications of workers, the hourly rate of pay and hours I. worked, and also the size, type, and identification number of equipment and hours operated. Material charges shall be substantiated by valid copies of ' vendors' invoices. Such invoices shall be submitted with the daily report sheets, or, if not available, they shall be submitted with subsequent daily report sheets. Said daily report sheets ' shall be signed by the Contractor or his authorized agent. To receive partial payments and final payment for force account Work, the Contractor shall submit in a manner approved by the ' Engineer, detailed and complete documented verification of the Contractor's and any of his subcontractors' actual current costs involved in the force account Work pursuant to the issuance of an approved Change Order. Such costs shall be submitted within 30 days after said Work has been performed. No payment will be made for Work billed and submitted to the Engineer after the 30 -day period has expired. No extra or additional Work shall be performed by the Contractor, except in an emergency endangering life or property, unless in pursuance of a written Change Order, as provided in Article 20, ALTERATIONS - CHANGES IN WORK. 71.I. PARTIAL PAYMENTS A. GENERAL Nothing contained in this Article shall. be construed to affect the right, hereby reserved, to reject the whole or any part of the aforesaid Work, should such Work be later found not to comply with the provisions of the Contract Documents. All estimated quanti— ties of Work for which partial payments have been made are subject to review and correction on the-final..estimate. Payment by the I. Owner and acceptance by the Contractor of partial payments based on periodic estimates of quantities of Work performed shall not, in.any way, constitute acceptance of the estimated quantities used.. as the basis for computing the amounts of the partial payments. For public works projects, each partial payment request and final payment request shall contain an affidavit by the Contractor that all provisions -of the applicable federal and state requirements ' regarding apprentices and payment of prevailing wages have been complied with by him and by his Subcontractors. - B. ESTIMATE AND PAYMENT Before the first.working day of each calendar month, the Con -tractor shall._submit-to the Engineer a detailed estimate of the ' _. amount earned for the separate portions of the Work, and request..:_ payment. As used in this Article, the words "amount earned" means the value, on the date of the estimate for partial payment, of the Work completed in accordance with the Contract Documents, and the value of approved materials delivered to the Project site suitably stored and protected prior to incorporation into the Work. If the Contractor's estimate of amount earned conforms with the ' 25 - 00700 C I. I I. I I. I. C Engineer's evaluation, the Engineer will calculate the amount due the Contractor and make recommendation to the Owner for payment. Anestimate of monthly progress payments shall be provided for the entire job prior -to the first payment request. An update of the estimate of progress payments shall be updated if the actual prog— ress differs by more than 20 percent in any given month. Each monthly payment request shall include the required updated Schedule. If the updated Schedule is not submitted, the Owner may withhold -payment until this item is completed. The Contractor shall be paid within 30 days of approval of the payment request. - DEDUCTION FROM ESTIMATE Unless modified in the Supplementary Conditions, deductions from the estimate will be as described below. The Owner will deduct from the estimate, and retain as part security, 10 percent of the amount earned for Work satisfactorily completed. However, no deduction or retainage will be made on the approved items of mate— rial delivered to and properly stored at the jobsite but not incorporated into the Work. When the Work is 50 percent complete, the Owner may "freeze" the retainage at 5 percent of the dollar value of the total contract provided that the Contractor is making satisfactory progress and there is no specific cause for a greater retainage. The Owner may reinstate the retainage up to 10 percent of the dollar value of "Work complete to date" if the Owner deter— mines, at his discretion, that the Contractor is not making satis— factory progress or where there is other specific cause for such withholding. NOTE: Exception --If the Work includes water or sewer pipelines, the Contractor shall maintain the Work for a period of ninety (90) days following its acceptance by the -OWNER. Up to five percent (5%) of the Contract amount shall be -retained during this mainte— nance period. All prior payments shall. be subject to correction ,in the final payment. This 90 -day period does not relieve the Contractor of the Performance and Payment Bond requirements ... --.regarding warranty of the Project. In such cases, the semi --final payment estimate shall indicate the initial acceptance of the -. Work, and the warranty shall begin on such date. QUALIFICATION FOR PARTIAL PAYMENT FOR MATERIALS DELIVERED - - Unless modified -in the SupplementaryCConditions, qualificationfor partial -payment efor:_materials delivered but not yet incorporated in to the Work shall be -as described -below.- _' Materials, as used herein, shall be considered to be those items which are fabricated or manufactured material and equipment. To receive partial payment for materials delivered to the site, but not incorporated in the Work, it shall be necessary for the Contractor to include invoices of such materials and documentation warranting that the materials and equipment are covered by appro— priate property insurance and other arrangements to protect I - 26 - 00700 I I Owner's interest therein; all of which must be satisfactory to Owner. At the time of the next partial payment request, the ' Contractor must submit the following documentation relative to materials paid on the previous partial payment: paid invoices of such materials or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests, and encumbrances (i.e., all materials have been paid for by Contractor). Failure to submit this documentation will result in an appropriate reduction on the ' current partial payment estimate for such materials. At his sole discretion, the Engineer may approve items for which partial payment is to be made. Proper storage and protection shall ' be provided by the Contractor, and as approved by the Engineer. Final payment shall be made only for materials actually incorpor— ated in the Work and, upon acceptance of the Work, all materials • remaining for which advance payments had been made shall revert to ' the Contractor, unless otherwise agreed, and partial payments made for these items shall be deducted from the final payment for the Work. ' E. PAYMENT After deducting the retainages and the amount of all previous ' partial payments made to the Contractor, the amount earned as of the current month will be made payable to the Contractor within 30 days of the Owner's receipt of an approved request, except where the Owner is a municipality or other agency whose laws require the U. approval of each payment by a council or similar body, in which case, the payment shall become due and payable 10 days after the first regularly -scheduled meeting in the month following the ' submittal of such payment request. 72. CLAIMS ' .In any case where the Contractor deems additional compensation is due him for Work or materials not clearly covered in the Contract or not ordered by the Engineer according to provisions of Article 20, ALTERA— t TIONS -_CHANGES IN WORK, the Contractor shall notify the Engineer, in writing, of his intention to make claim for such compensation before he begins the Work on which he bases the claim, in order that such matters may be settled, if possible, or other appropriate action promptly • taken. If such notification is not given or the Engineer is not '= afforded proper facilities by the Contractor for keeping strict account of actual cost, then the Contractor hereby agrees to waive the claim for such additional compensation. Such notice by the Contractor, and the fact that the='Engineer'has kept account of the cost as aforesaid, shall not in any way-be--construed-as proving the validity of the claim. Claims for additional compensation shall be made in itemized detail and ' submitted, in writing, to the Owner and Engineer within 10 days follow— ing completion of that portion of the Work for which the Contractor bases his claim. In case the claim is found to be just, it shall be allowed and paid for as provided in Article 70, PAYMENT FOR CHANGE ' ORDERS.' 1 •27 - 00700 1 I 73. NOTICE OF CLAIM FOR DELAY If the Contractor intends to file a claim for additional compensation for delay caused by the Owner at a particular time, he shall file a notice of claim with the Owner within 7 days of the beginning of the occurrence. The notice of claim shall be in duplicate, in writing, and shall need not state the amount. No claim for additional compensation will be considered unless the provisions of Article 61, DELAYS AND EXTENSION OF TIME, are complied with, and a notice of claim has been filed with the Owner in writing, as stated above. Should the Owner be prevented or enjoined from proceeding with Work or from authorizing its prosecution either before or after its prosecu— tion, by reason of any litigation, the Contractor shall not be entitled to make or assert claim for damage by reason of said delay; but time for completion of the Work will be extended to such reasonable time as the Owner may determine will compensate for time lost by such delay, with such determination to be set forth in writing. 74. RELEASE OF LIENS OR CLAIMS ' The Contractor shall indemnify and save harmless the Owner from all claims for labor and materials furnished under this Contract. Prior to the final payment, the Contractor shall furnish to the Owner, as part ' of his final payment request, an affidavit that all of the Contractor's obligations on the Project have been satisfied and that there are no unpaid taxes, liens, vendors' liens, rights to lien or any other type of claim against the Project, and that the hourly wages paid to all 'persons on the Project were in accordance with the applicable wage scale determinations. 75. FINAL PAYMENT ' Upon completion of all of the Work under this Contract, the Contractor shall notify the Engineer, in writing, that he has completed his part ' of the Contract and shall request final inspection. Upon receipt of the -Contractor's written notice that the Work is ready for final inspection, the Engineer shall make such inspection and shall submit to the Owner his recommendation as to acceptance of the completed Work`and -- ' as to the final estimate of the amount due the Contractor under this -Contract. Upon approval of this final estimate by the Owner and compliance with provisions in Article 74,.RELEASE OF LIENS OR CLAIMS, I. •and•other•provisions as may be applicable, the Owner shall pay to the - Contractor all monies due him under the provisions of these.Contract" Documents. On contracts_.for..:public works, final payment of the retained.percentage • will no ,; be_ made. until the Contractor has also furnished the. applicable apprenticeship wage certification. 76. NO WAIVER OF RIGHTS . Neither the inspection of the Owner, through the Engineer or any of his ' employees, nor any order by the Owner for payment of money, nor any payment for, or acceptance of, the whole or any part of the Work by the Owner or Engineer, nor any extension of time, nor any possession taken by the Owner or its employees shall operate as a waiver of any ' 28 - 00700 L provision of this Contract, or any power herein reserved to the Owner, or any right to damages herein provided nor shall any waiver of any breach in this Contract be held to be a waiver of any other or subse— quent breach. 77. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES. RELEASE The acceptance by the Contractor of the final payment shall release the Owner and the Engineer, as agent of the Owner, from all claims and all liability to the Contractor for all things done or furnished in con— nection with the Work, and every act of the Owner and others relating to or arising out of the Work. No payment, however, final or other— • wise, shall operate to release the Contractor or his Sureties from • obligations under this Contract and the Performance and Payment Bonds, and other bonds and warranties, as herein provided. t 29 -. - 00700 r � SECTION 00800 ' SUPPLEMENTARY CONDITIONS GENERAL The Contractor's attention is directed to Division 1, GENERAL REQUIREMENTS, which contains other directions pertinent to the project. REVISIONS AND ADDITIONS TO THE GENERAL CONDITIONS ' The GENERAL CONDITIONS are hereby revised as follows: ' ARTICLE 9. "ENGINEER" Wherever in these Documents the word "Engineer" appears, it shall be understood to mean McClelland Consulting Engineers, Inc., acting either directly or indirectly as authorized agents of the Owner. ARTICLE 12. "OWNER" ' OWNER Wherever in these Documents the word "Owner" appears, it shall be understood to mean the City of Fayetteville, whose address is City Administration Building, Fayetteville, Arkansas 72702. ARTICLE 14. "SPECIFICATIONS" Add the following: ' FEDERAL, STATE, COUNTY, AND LOCAL STANDARD SPECIFICATIONS Where portions of the work traverse or adjoin local streets, railroads, ' or Federal property, and the agency in control of such property has established standard specifications governing items of work that differ from. these Specifications, the most stringent requirements shall apply. The Contractor shall comply with all regulations and requirements of the =_ -Fayetteville Street Department, wherever:•the•-work traverses or crosses. - . . .:Caty streets. -Likewise work in the- right -:of. -way• of.tstate highways (Arkansas Highway 112, Garland Ave.). shall .conform-cto all regulations and requirements of the Arkansas Highway--and-Transportation Department. 1 1 Section 00800 - 1 MCQ/eland Engineers Incorporated Fa,v„evllle, Arkansas I r I Failure of the Contractor•to submit accurate Record Drawings to the Engineer will be adequate justification for postponement of the Final Inspection and Final Payment. ' ARTICLE 31. "SHOP DRAWING SUBMITTAL PROCEDURE" Delete the first sentence in the..first paragraph and substitute the following: ARTICLE 22. "DOCUMENTS TO BE KEPT ON THE JOBSITE" Add the following: The Contractor shall submit a sufficient number of copies to allow the Engineer to retain four copies (2 for himself; 2 for the Owner) for review, such shop drawings, electrical diagrams, and catalog cuts for fabricated items and manufactured items (including mechanical and electrical equipment) required for construction, except as noted below: After the first paragraph, add the following: Should the Contractor fail to submit acceptable shop drawings on the second submittal, one copy will be returned to him and the cost of the Engineer's time to review subsequent submittals on the unacceptable item will be deducted from the Contractor's monthly payment invoice. ARTICLE 35. "INSURANCE AND LIABILITY", SUBARTICLE "BUILDERS RISK ALL RISK INSURANCE Delete the following coverages from the General Conditions: Loss caused by earthquake Loss caused by floods ARTICLE 35. "INSURANCE AND LIABILITY" Add to subarticle entitled "GENERAL" the following: SURETY AND INSURER QUALIFICATIONS tAll bonds; insurance contracts, and certificates of insurance shall be either executed. by or countersigned by a licensed -resident agent of ,the surety or insura-nce"company;-having'his -place ofrbusiness irthe-State of. -Arkansas; and ` ih alI ways complying with the insurance laws -°'of. the.State..-of Arkansas. Further, the said surety or insurance company shall be duly licensed and qualified.to do business in the State of Arkansas. 1 C Section 00800 - 2 R I McClelland r Consulting nngns Incorporated Fayetrevilli, Arkansas I After ARTICLE 38. "ORDINANCES, PERMITS, AND LICENSES" • Add the following: OCCUPATIONAL SAFETY AND HEALTH ' The Contractor shall observe and comply with all applicable local, state, and federal occupational safety and health regulations during the prosecution of work under this Contract. In.addition, full compliance by the Contractor with ' the U. ...Department of Labor's Occupational Safety and Health. Standards, as established in Public Law 91-596, will be required under the terms of this Contract. ARTICLE 44: "SAFETY" ' After this Article, add the following: PUBLICITY ' No information relative to the Work shall be released by the Contractor, either before or after completion of the Work, for publication or for advertising purposes without the prior written consent of the Owner and the Engineer. REPORTING OF ACCIDENTS ' The Contractor -shall: submit a written report to the Engineer -of any accident. - - or injury occurring at the Construction Site. ' ARTICLE 46. "PROTECTION OF WORK AND PROPERTY" Add the following: PRESERVATION OF MONUMENTS AND STAKES In the event that the- stakes and marks:placed-.by the Engineer -are destroyed. ' through carelessnessonthe part. of the Contractor, and that the destruction of these stakes and marks : causes a delay in the work, the Contractor shall have no claim for damages or extensions of time. In the case of any permanent ' monuments or bench marks which must of necessity be removed or disturbed in the construction.. of -=the work, the Contractor shall carefully protect and preserve the same until they can -be properly -referenced and relocated. The Contractor-shallalso-furnish'at-his-own expense. such materials and-ass•istance'-- ' as are necessary for .the proper replacement of monuments or bench marks that have been moved or destroyed. 1 Section 00800 - 3 1¼ ' MCc)e"a ad Engineers InttvDarats0 Fayetteville. Arkansas ' r � ARTICLE 57. "PROSECUTION OF WORK" ' OVERTIME PAYMENT Overtime hours shall be considered any hours worked by the Contractor in I. excess of 40 hours from Monday through Friday and/or any time on Saturday, Sunday, and legal holidays, which in the Owner's opinion requires the Engineer's resident observer's presence to observe such overtime work. If the Contractor elects to schedule and perform overtime work upon receiving written permission from the Engineer, the Contractor shall pay the Owner for the Engineer's resident observers' costs for each hour of overtime worked. Overtime shall be rounded off to the nearest whole hour and will not exceed a unit cost of $35.00 per hour. In addition, any direct nonlabor expenses that in the Engineer's opinion are attributable to the Contractor's overtime, such ' as travel or per diem, with a limit of $5.00 per day for each resident observer for such direct nonlabor expenses, shall be paid to the Owner. Payment to the Owner shall be made by a deduction from the Contractor's monthly payment invoice. ARTICLE 57. "PROSECUTION OF THE WORK" ' Add the following: NEGLECTED WORK If the Contractor should fail to prosecute the Work in accordance with the Plans and Specifications, including any requirements of the progress schedule, the Owner, after seven days' written notice to the Contractor, may without ' prejudice to any other remedy he may have make good such deficiencies, and the cost thereof (including compensation for additional professional services) shall be charged agai.nst the Contractor if the Engineer approves such action, in which :case a Change Order shall be issued -incorporating the necessary, revisions-in•the Contract Documents including an appropriate: reduction in the Contract Price.. If the payments then or thereafter due the Contractor arenot sufficient to cover such amount, the Contractor shall pay the difference to - the Owner. AFTER ARTICLE 57. "PROSECUTION OF THE WORK." ' Add the following: STANDARDIZATION AND UNIFORMITY OF EQUIPMENT AND CERTAIN: MATERIALS To ensure standardization and uniformity in all -parts of the work under this -Contract, like items of materials shal].-be--)the -products. of one manufacturer. Uniformity in certain like material items is -required in order to provide the Owner with a simplified spare materials inventory, and a standardized procedure for maintenance care and manufacturers' services. Section 00800 - 4 J Incorporated Engineers ncorporas poralBd Foystlevilid, Arkansas ' Hr H . H . The Contractor shall inform his suppliers and, subcontractors of these requirements, and shall provide the necessary coordination to accomplish the ' standardization specified. ARTICLE 61.'"DELAYS AND EXTENSION OF TIME" Add the following phrase in the first sentence of the first paragraph following "adverse weather conditions are not reasonably anticipated": (on the basis of official weather records from the past ten years, minimum, for the locality involved) Add the following paragraph following the second paragraph: The Contractor acknowledges and agrees that mitigation for delays due to changes, differing site conditions, and suspensions of work will require that the Contractor revise preferential sequences which had the net effect of sequestering "float time", before proposing an updated schedule which supports a delay to the Contract as a whole. Further, time ' extensions. shalt not be granted until all "float" or "contingency time", at the time of the delay, available to absorb specific delays and associated impacts is used. ARTICLE 61. "DELAYS AND EXTENSION OF TIME" After the 3rd paragraph, add the following: AVAILABILITY OF SPECIFIED ITEMS ' By submitting his Proposal to perform the work herein specified, the Contractor agrees that the materials/equipment specified are available for construction of..the project within the time frame(s) stipulated herein. I. Further; the :Contractor thereby agrees that time extension requests/cost increases shall not; be justified upon the basis of non -availability- of materials/equipment. ' ARTICLE 62. "LIQUIDATED DAMAGES" To the first sentence, second paragraph, add the following: ' plus any monies paid by the Owner to the Engineer for additional engineering and inspection services associated with such delays. ' Following the first sentence, second paragraph, add: - Reimbursement shall be based on the Engineer's salary- costs -times a multiplier of 2.78 to cover overhead and profit,. -plus -any direct-nonlabor expenses such as travel or per diem. The Engineer's salary costs include C. Section 00800 - 5 IL McClelland Con suiting � l Engineers Engineers Incwfeoroled Fa,vne villa, Arkansas I expenses such as travel or per diem. The Engineer's salary costs include but are not limited to such items as paid holidays, sick, pay, and ' vacation pay. . ARTICLE 70, "PAYMENT FOR CHANGE ORDERS" • Add the following paragraph following Item B in the first paragraph: The amount of credit to -be allowed by Contractor to Owner for any such ' change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in the Contractor's fee by an amount equal to ten percent of the net decrease: and Change the First sentence of the next paragraph to: In A and B above, Contractor's quotations for Change Orders shall be '• submitted in writing within 30 calendar days of a Contract Modification Initiation Request, and be firm for a period of 90 days. ' Add the following sentence to the next paragraph:• Substantiating documentation shall consist of such items as price ' quotations from manufacturers, suppliers and subcontractors, including a breakdown of their estimates similar to that required of the Contractor. Substantiating documentation shall also consist of the record of communication of final bid prices obtained during the bid period for .those items -involved in the change for both those additive and deductive items. ' Add the following sentence following the first sentence of subparagraph C.1.: Labor as used herein shall not include Contractor engineering, cost estimating or administrative costs, including general project management, whether performed in the Contractor'shome office or on the jobsite, for change orders processing, cost estimating, negotiating or other such costs. Such costs are included in the allowed fixed fee. stated below. ' ARTICLE 71. "PARTIAL PAYMENTS" - SUBARTICLE "ESTIMATE'• Retitle "ESTIMATE AND PAYMENT" ' Add the following: An estimate of monthly progress payments shall be provided for the entire job prior to the first payment request. An update of the estimate of progress payments shall be updated if the actual progress differs by more than 20 percent in any given month. Each monthly payment request shall include the required, updated Schedule. Section 00800 - 6 MOCle gone I. �Conw/linp _ _ Ecpineers Incorporated Fayetteville, Arkansas If the updated 5 until this item days of approval SUBARTICLE "DEDUCTION Add the following: When the work occupancy), the further reduced completion. chedule is -not submitted, the Owner may withhold payment is completed. The Contractor shall be paid within 30 of the payment request. FROM ESTIMATE' is substantially complete (operational or beneficial retained amount may, at .the option of the Owner, be below 5 percent to only that amount necessary to assure END OF SECTION Section 00800 - 7 J MCC/elland 'n p corp Eglneers IncarporaNd Fayelreville, Arkansas r PART 4 SPECIFICATIONS Mack fiend Con sWHng Ena nksrs InoorporatS Fa)kM.Hffk, Arkansas Ir SECTION 01000 ' ABBREVIATIONS ' PART I GENERAL A. Whenever in these Contract Documents the following abbreviations are used, the intent and meaning shall be interpreted as follows: AA Aluminum Association ' AAMA Architectural Aluminum Manufacturers' Association AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute AFBMA Anti -Friction Bearing Manufacturers' Association AGA American Gas Association AGMA American Gear Manufacturers' Association ' AISC American Institute of SteelConstruction AISI American Institute of Steel Institute AITC American Institute of Timber Construction ' AMCA Air Moving and Conditioning Association ANSI American National Standards Institute APA American Plywood Association API American Petroleum Institute '-AREA American Railway Engineering Association ASAE. American Society of Agricultural Engineers ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air -Conditioning Engineers, Inc. ASME American Society of Mechanical Engineers ' ASTM American Society for Testing and Materials AWI Architectural Woodwork Institute AWS American Welding Society AWPA American Wood Preservers' Association AWPB American Wood Preservers Bureau AWWA American Water Works Association- BHMA Builders Hardware Manufacturers' Association CBMA Certified Ballast Manufacturers' Association • CDA - Copper Development --Association - CISPI Cast Iron Soil Pipe Institute - CMAA Crane Manufacturers' Association of America CRSI Concrete Reinforcing Steel --Institute _ EPA Environmental Protection Agency Fed Spec. Federal Specifications Section 01000 - 1 • fl MCCle Ilona ' _ i ned� mJ Engine rna _. IncarporaHO Fayelleville, Arkansas 1 1 HI Hydraulic Institute HMI Hoist ManufacturersInstitute 1 ICBO International Conference of Building Officials IEEE Institute of Electrical and.Electronics Engineers, Inc. ' ICEA: Insulated Cable Engineers' Association • ISA Instrument Society of America. JIC Joint Industry Conferences of Hydraulic Manufacturers 1 MMA Monorail Manufacturers' Association 1 NBHA National Builders' Hardware Association NEC National Electrical Code NEMA National Electrical Manufacturers' Association I. NESC National Electric Safety Code NFPA National Fire Protection Association NLMA National Lumber Manufacturers' Association NWMA National Woodwork Manufacturers' Association 1 OECI Overhead Electrical Crane Institute OSHA . Occupational Safety and Health Act (both Federal and 1 State) PS .Product Standards Section - U.S. Department of Commerce 1 RLM :RLM-Standards-Institute, Inc.... RMA Rubber Manufacturers' Association 1 SAE Society of Automotive Engineers SDI Steel Door Institute SSPC 'Steel Structures Painting Council 1 TEMA Tubular Exchanger Manufacturers' Association TCA Tile Council of America. 1 UBC Uniform Building Code •UL -Underwriters' Laboratories, Inc. WWPA WesternWoodProducts Association Unless -.a. particular issue is -designated, a-1-1 references to the above' i "specifications, standards, or methods shall., im each instance; be understood to refer to the issue in effect (including all amendments) on the first published date of the Invitation to Bid. _ 1 END OF SECTION 1 1 ` Section 01000 - 2 1 4 MCCleand Incprpprpfed Fayetteville, Arkansas SECTION 01009. H SUMMARY OF WORK ' PART I GENERAL 1.01 REQUIREMENTS INCLUDED ' A. This Section describes the project in general, and provides overview of the extent of the work to be performed. Detailed requirements and extent of work is stated in the applicable.Specification Sections and ' is shown on the Drawings. The Contractor shall, except as otherwise specifically stated herein or in -any applicable parts of the Contract Documents, provide and pay for all labor, materials, equipment, tools, construction equipment, and other facilities and services ' necessary for proper execution, and completion of his work. 1.02 . REASONABLY IMPLIED PARTS OF THE WORK SHALL BE DONE THOUGH ABSENT FROM SPECIFICATIONS A. Any part of the work which is not mentioned in the Specifications but ' is shown on the Drawings, or any part not shown on the Drawings but described in the Specifications, or any part not shown on the Drawings nor described in the Specifications, but which is necessary or normally required as a part of such work, or is necessary or required to make each instal-lation satisfactorily and legally operable, shall be performed by the Contractor as incidental work without extra cost to the Owner, as if fully described in the 1 Specifications and shown on the Drawings, and the expense thereof shall be included in the applicable unit prices or lump sum bid for the work. ' 1.03 DESCRIPTION OF THE PROJECT A. - Work covered by these Contract Documents in general covers the construction'of the following facilities: 1. Replacement of existing water lines and appurtenances. I. o Two inch. through eight inch water mains • o Fire hydrants with valves o Water main fittings and valves ' o Service lines and service taps o Street crossings and repairs o Abandonment of replaced mains PART 2 PRODUCTS ' Not Used. Section 01009 - 1 MCCle(land ' sip � es co Inncorporarpora e Engineers ted Fayetteville, Arkansas 1 PART 3 CONTRACTOR'S RESPONSIBILITIES 3.01 GENERAL CONSTRUCTION WORK, A. The Contractor shall execute all work; including site, structural, piping, equipment, and finishes. B. The Contractor shall also: 1. Provide temporary sanitary toilet facilities. 2. Pay for all electrical energy consumed for construction purposes' until final acceptance by the Owner or until the Engineer certifies Substantial Completion. 3. Provide telephone service for. his own use and for the Engineer's use: 4. Provide an adequate supply of potable drinking water for use by his employees and by the Engineer. 5. Also, the Contractor shall comply with the requirements of Section 01500, included hereinafter. 3.02 DRAWINGS A. Drawings are bound separately and consist of nine (9) sheets. Section 01009 - 2 I ■■ McClelland I Consultingg •�1J` Engngineeee rss Incorporated Fayetteville, Arkansas SECTION 01011 SITE CONDITIONS PART 1 GENERAL H H I I n I I 11 n Li I 1.01 SITE INVESTIGATION AND REPRESENTATION A. The -Contractor acknowledges by submission of his Bid that he has satisfied himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon availability of transportation, disposal, handling and storage -of materials, availability of labor, water, electric power, roads, and uncertainties of weather, river stages, or similar physical conditions at the site, the conformation and conditions of the ground, -the character of equipment and facilities needed preliminary to and during the prosecution of the work and all other matters which can in any way affect the work or the cost thereof under this Contract. B. The Contractor further acknowledges by submission of his Bid that he has satisfied himself as to the character, quality, and quantity of surface and subsurface materials to be encountered from inspecting the site. Any failure by the Contractor to acquaint himself with all the available information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully performing the work. C. - The Contractor acknowledges that he has satisfied himself as to the. character, quality, and quantity of surface and subsurface materials. D. Prospective.:Bidder.s are invited, at their own expense; to. make subsurface investigations, by boring.or..test hole excavation, asmay be desirable, provided, however, that such work be scheduled ..by appointment with the Engineer. Bidders are not authorized to enter. private property during these investigations. - E: In the eventS subsurface or latent physical conditions are found materially different from those indicated in these Documents, and •'differing materially from those -ordinarily. encountered In the project areaand` generally —recognized -'as -*inhering= -in the -character of work - covered in these Contract Documents;' the Contractor shall promptly, and before such conditions% are x -disturbed, notify the Engineer in writing of such changed conditions. F. The Engineer will investigate such conditions promptly and following this investigation, the Contractor shall proceed with the work, unless otherwise instructed by the Engineer. If the Engineer finds Section 01011 - 1 [l McClelland a ConeulNng V1—° `ref Engineers __ Incorporated Fayetteville, Arkansas ' that such conditions do so materially..differ and cause an increase or decrease in the cost of, or in the time required for performing the ' .work, the Engineer will recommend to the Owner the amount of adjustment in cost and time he considers reasonable. The Owner will make the final decision on all Change Orders to the Contract ' regarding any adjustment in cost or time for completion. 1.02 EXISTING UTILITIES '• A. Existing utilities into the vicinity of the project lines and structures include water and sewer lines belonging to the City of Fayetteville, high• and low pressure gas mains and services I. lines, telephone cables and overhead electric and telephone lines. Additional utilities include individual property owner's gas lines, water lines, underground electrical service lines, and wastewater I. lines. No attempt has been made to locate all these utilities and private services. Information is shown on the Drawings relative to the general location of some utilities, as taken from maps supplied by the utilities. Telephone cables and overhead power lines are not ' shown. Private lines are not shown. There are buried telephone cables in the general vicinity of almost all of the water lines. The general vicinity of existing water mains is indicated on the ' Drawings. Since specific utility locations are not shown on the Drawings, the Contractor shall carefully coordinate the location of utilities with their respective owner's. No compensation will be paid to the Contractor, due to costs associated with damages to I. utilities or to costs associated with locating/avoiding same. The Engineer and Owner will cooperate with the Contractor and utility firms in rerouting new water lines, where possible, to reasonably avoid existing utilities. 1.03 CONTRACTOR'S RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE A. Notify -all utility offices that are affected by the construction operation at least 48 hours in advance. Under no circumstances expose any utility without first obtaining permission from the. ' appropriate agency. Once permission has been granted, locate, expose; and provide temporary support for all existing underground. utilities. B. The Contractor shall be solely and directly responsible to the Owner and operators of such properties for any .damage,: injury, expense-, ... loss; inconvenience, - delay, , suits; ----actions; -or -claimsof any -character brought because of any injuries :or:damage which may result from.the construction operations- under thisv-Contract; 'C.--- -Neither. the Owner nor its officers or- agents shall. be..responsible to the Contractor for damages as a result of the Contractor's failure to protect utilities encountered in the work. 1 Section 01011 - 2 ' Ma 10Onna I con ginee s nnineras Incw'porated Fayetteville, Arkansas D. In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to ' construction operations, promptly 'notify the proper authority. Cooperate with said authority in restoration of service as promptly as possible and bear all costs of repair. In no event shall ' interruption of any utility service be allowed outside working hours unless granted by the owner of the utility. E. Drainage culverts that are removed or damaged by the Contractor shall ' be replaced in kind at the expense of the Contractor. F: The Contractor shall replace, at his own expense, any and all existing utilities or structures damaged during construction. 1.04 NAMES OF KNOWN UTILITIES SERVING THE AREA ' A. The following is a list of the major public utilities serving the work area indicating the name and telephone number of the responsible authority of the various utilities which should be notified if ' conflicts or emergencies arise during the progress of the work: ' Name Authority Telephone Water Fayetteville Water Dept. 501-521-8050 Telephone Southwestern Bell Enterprise 9800 1-800-482-8998 ' Telephone Contel 501-444-9060 Gas Arkansas Western Gas 501-521-5400 '. Electricity Southwestern Electric 501-521-2400 Power Company 1.05 FIELD RELOCATION . A. During the progress of construction, minor relocations of the work may -become -necessary. Such relocations shall be- made only by direction. of the Engineer. If existing structures are .encountered• --thatr-wil•1•prevent construction as shown, notify the Engineer before - continuing with the work in order that the Engineer' may make -such;: field --revisions as necessary to avoid conflict with the existing s-tructures.•i•I•f-the-Contractor shall fail to notify the Engineer when- ' an_existing structure -is. -encountered, and shall proceed with:the.wor.k..... despite this interference, he shall do so at his own risk and expense. II Section 01011 - 3 ' Mole hand s Enpineert Incorporated Fayeflevllle, Arkansas ' r � .1.06 CONSTRUCTION ON PRIVATE PROPERTIES A. The Owner has obtained easements for the pipeline routes on private property. The Contractor shall protect and/or. restore improvements on these properties, including structures, rock walls, fences, drives, culverts, fruit and ornamental trees and shrubs, and grass in yards and pasture lands. Failure to do s'o will result in retainage of funds otherwise due the Contractor, as necessary to compensate I. property owners for damages and/or to pay restoration costs. 1.07 PIPELINE ROUTES A. Install pipelines along the routes designated on the Drawings. B. Some pipeline segments parallel sewer lines, gas mains and/or power lines. Many pipe segments parallel underground telephone cables. Pipeline routes along these utilities shall conform to the following: •' 1. Sewer Lines: Where physically possible, maintain 10 feet of horizontal separation between water and sewer lines. Where water lines must cross sewer lines, install the bottom of the water line ' 18 inches above the top of the sewer line. Backfill this vicinity with compacted clay. 2. Telephone Cables: Avoid telephone cables where possible within ' the limits of available easements or right-of-way. Have telephone personnel present when excavating near cables. Pay for any damage to same. I3. Electric Lines: Maintain maximum possible separation between pipelines and power poles and guy wires, within the limits of available- easements or right-of-way. Use care in clearing along power lines to avoid electrical hazards. Use care when trenching near underground electrical service cable. Keep the pipeline as far as possible. from the power line centerline, to avoid future ' pipeline damage when new poles are set. Coordinate with the utility for temporary relocation of guy wires or other facilities. Pay for any damage to electric utilities. 4. Gas Lines: For parallel construction along medium and low pressure gas lines, maintain 10 feet horizontal separation where I. possible. For gas line crossings, maintain 18 inch vertical separation. Gas line depth may vary from one to several feet. Cross over or under gas service lines as required to maintain 36 inch minimum water line cover and to maintain 18 -inch vertical. ' pipe separation. Contact gas utilities when working in the vicinity of gas lines. Have utility personnel present when crossing gas lines. Protect gas mains and lines, and avoid 1 Section 01011 - 4 J a a MCClefland I CnnsWrinp •Erglneers Incas orated Fayerreviffe, Arkansas r `. damaging protective coatings on all gas pipes. Pay for damages to pipes, pipe coatings and any gas line cathodic protection system. ' The Drawings do not show all gas lines and mains. In many cases there are two or more gas lines in the same street. 1.08 PAYMENT A. No separate payment will be made for .work under this Section. ' PART 2 PRODUCTS Not Used PART 3 EXECUTION 1 Not Used • I. END OF SECTION r • I. • Section 01011 - 5 MOC/e l/ond I - Engineers IncorDOrOled Fo)errevllle, Arkansas r SECTION 01014 PROTECTION OF THE ENVIRONMENT PART 1 GENERAL 1.01 WORK AREAS` A. The Contractor shall maintain all work areas within and outside the project boundaries free from environmental pollution which would be in violation to any federal, state, or local regulations. 1.02 PROTECTION OF AIR QUALITY A. Trash burning will not be permitted •on the construction site. B. If temporary heating devices are necessary for protection of the work, such devices shall be of .an approved type that will not cause pollution of the air. 1.03 CONSTRUCTION NOISE CONTROL A. The Contractor shall conduct allhis work, use appropriate construction methods and equipment, and furnish and install acoustical barriers, all as necessary so that no noise emanating from the process or any related tool or equipment will exceed legal noise levels. 1.04 NIGHTTIME WORK A. If the Contractor desires to perform any work between the hours of 6 P.M. and 7 A.M., he shall obtain approval of the Engineer and all-. necessary permits from the appropriate agencies and make all necessary arrangements prior to commencing. 1.05 PAYMENT = A. -Payment-for =the work in• this section wi°1T be included as part of the. applicable unit price bid amounts stated in the Proposal. PART 2 PRODUCTS Not Used..: PART 3 -EXECUTION `s _..-y..:b Not Used END OF SECTION Section 01014 - 1 J MaCle Hand Eras Inct.porDorated Fayeee vine, Arkansas ' r 1 . SECTION 01016. ' SAFETY REQUIREMENTS AND PROTECTION OF PROPERTY PART I_ GENERAL 1.01 CONTRACTOR'S RESPONSIBILITY FOR SAFETY ' A. The Contractor shall do whatever work is necessary for safety and be: solely and completely responsible for conditions of the jobsite, ' including safety of all persons (including employees) and property during the Contract period. This requirement shall apply continuously and not be limited to normal working hours. 1.02 FEDERAL, STATE, AND LOCAL SAFETY REQUIREMENTS A. Safety provisions shall conform to the Federal and State Department ' of Labor Occupational Safety Health Act (OSHA), and all other applicable federal, state, county, and local laws, ordinances, codes, the requirements set forth herein, and any regulations that may be I. specified in other parts of these Contract Documents. Where any of these are in conflict, the more stringent requirements shall be followed. The Contractor's failure to thoroughly familiarize himself with the aforementioned safety provisions shall not relieve him from -compliance with the obligations and -penalties -set -forth therein. -- 1.03 SAFE ACCESS BY FEDERAL, STATE, AND LOCAL GOVERNMENT OFFICIALS A. The Contractor shall at all times provide proper facilities for safe access to the work by authorized government officials. - 1.04 SAFETY EQUIPMENT A. :The Contractor, as part of his safety program, shall maintain at his. I. office or other well-known place at the •jobsite, safety equipment app.ls.icab.le:::to the work as prescribed by: :the governing safety authorities,) all articles necessary for giving first -aid to the U. injured and shall establish the procedure for the immediate removal to a hospital or a doctor's care of any person who may be injured on • the jobsite.` , B. The performance 4.of~ .a11 work and all completed construction, particularly with respect to ladders, platforms, structure openings, scaffolding,: shoring, -fagging; machinery guards and the like, shall be in accordance with the applicable governing safety authorities. I Section 01016 - 1 nGelinne Con spiring Engineers Incorporated Fayarravifie, Arkansas � 1 1.05 ACCIDENT REPORTS IA. If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to the Engineer. In addition, the Contractor must promptly report in ' writing to the Engineer all accidents whatsoever arising out of,.or in connection with, the performance of the work whether on, or adjacent to, the site, giving full details and statements of witnesses. B: If a claim is made by anyone against the Contractor or any subcontractor on account of any accident, the Contractor shall ' promptly report the facts in writing to the Engineer, giving full details of the claim. ' 1.06 TRAFFIC SAFETY AND ACCESS TO PROPERTY A. Comply with all rules and regulations of the city, state, and county authorities regarding closing or restricting the use of public streets or highways. No public or private road shall be closed, except by express permission of the Owner. Conduct the work so as to assure the least possible obstruction to traffic and normal commercial pursuits. Protect all obstructions within- traveled roadways by installing approved signs, barricades, and lights where necessary for the safety of the public. The convenience of the general public and residents adjacent to the project, and the protection —of —persons and property are of prime importance and shall be provided for in an adequate and satisfactory manner. ' B. When flagmen and guards are required by regulation or when deemed necessary for safety, they shall be furnished with approved orange wearing apparel and other regulation traffic control devices. - ' 1.07 TRAFFIC CONTROL A. Traffic control procedures and devices used on all local, county, and I. state rights -of -way shall meet the requirements of the applicable current laws and regulations for traffic control. 1.08 A 1.09 ACCESS FOR POLICE --The Contractor shall leave his night -emergency- telephone number or numbers "with the-Pol-ice--Department---and--Sher.iff'-s- offices -,•-so -that contact may be made easily at all times.r: H- FIRE PREVENTION AND PROTECTION ' A. The Contractor shall perform all work in a fire -safe manner and shall supply and maintain on the site adequate fire -fighting equipment ' capable of extinguishing incipient fires. The Contractor shall Section 01016 - 2 ' MCClellond 'if nne Engineers Incorporated Fayetteville. Arkansas comply with applicable federal, local, and state'fire-prevention regulations. Where these. regulations do not apply, applicable parts of the National Fire. Prevention Standards for Safeguarding Building Construction Operations, (NFPA No. 241) shall be followed. 1.10 CONTRACTOR TO SAFEGUARD EXISTING UTILITIES A. The Contractor shall perform all work, including excavation, dewatering, and demolition operations, in such a manner as to avoid damage to existing fire hydrants, power poles, lighting standards, and all other existing utilities, public or private. See. Section 01011, SITE CONDITIONS. I1.11 PROTECTION OF PUBLIC PROPERTY II I A. The Contractor shall employ such means and methods as necessary to adequately protect public property and property of the Owner against damage. In the event of damage to such property, the Contractor shall, at his own expense, immediately restore the property to a condition equal to its original condition and to the satisfaction of the Engineer and the owner of said property. B. The Contractor shall exercise due care to avoid damage to existing pipe and coatings, wrappings, sewers, conduit, or other existing utilities. Should the Contractor damage or displace any of the above, the Contractor shall repair same to the satisfaction of the Engineer and all expenses in connection therewith shall be borne solely by the Contractor. 1.12 USE OF EXPLOSIVES A. The requirements of Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL shall be strictly observed relative to safety practices and construction procedures to be used while blasting. The Contractor shall be solely responsible for blasting operations and consequences. 1.13 JOINT SURVEY TO ESTABLISH AUTHENTICITY OF POSSIBLE DAMAGE CLAIMS A. The Contractor shall establish vertical and horizontal survey control points on all structures, and improvements, located in the vicinity of the blasting work prior to beginning work, and shall periodically - check the points for movements when -directed by the Engineer. The Contractor -shall -furnish the Engineer with copies of the survey notes • for each survey and a copy of the layout of the survey control points. 1.14 PAYMENT A. No separate payment will be made for work under this Section. Section 01016 - 3 I Mcclelmne Caneul,inp ` Erglneers Inaorooro,ea Faye„evil/., Arkansas PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION L ad Section 01016 - 4 MCCIella110 Con Wltin Q in oras Eno Incorporated Foy.tfevllle, Arkaneae r ` SECTION 01027 I. APPLICATIONS FOR PAYMENT PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A: Procedures for preparation and submittal of Applications for Payment. 1.02 RELATED REQUIREMENTS A. Document 00500 - Owner -Contractor Agreement: Contract Sum , Amounts ' of Progress Payments, and Retainages, and times for submittals. B. Section 01300 Submittals: Submittal procedures; Schedule of Values. C. Section 01700 Contract Closeout: Final Payment. ' 1.03 FORMAT A. For each item, provide a column for listing: Item Number; Description of Work; Scheduled Value, Previous Applications; Work in Place; Stored Materials; Authorized Change Orders; Total Completed and Stored to Date of Application; Percentage of Completion;. Balance ' to Finish; and Retainage. 1.04 PREPARATION OF APPLICATION ' A. Type required information or use media -driven printout. B. Execute certification by signature of authorized officer. C. Provide dollar value in each column for each line item for portion of Work performed and for stored products. D. • List each authorized Change Order as an extension on continuation sheet,' listing Change Order number and dollar amount as for an original item of Work. • E. Prepare Application for Final Payment as specified in Section 01700. I Section 01027 - 1 MoCle (land ' _ Corvalthig ng!nelis Incap orated. Fow/Osvllle, Arkansas ' .H H:.:: r � 1.05. SUBMITTAL PROCEDURES '• A. . Submit five copies of each Application for Payment at times stipulated ip Agreement. ' B. Submit under transmittal. letter specified in Section 0.1300. 1.06 SUBSTANTIATING DATA . IA. Provide an invoice from the Equipment Supplier for every item of stored material for which payment is requested.. ' B. When Engineer requires substantiating information, submit data justifying line item amounts in question. IC. Provide one copy of data with coverS letter for each copy of submittal. Show Application number and date, and line item by number and description. ' PART 2 PRODUCTS INot Used. ' PART 3 EXECUTION Not Used. 1 END OF SECTION 1 1 i Section 01027 - 2 ' ' MCCIe Hand Mince s 1 nporas Incorporated Fayetteville, Arkansas I. I 1 1 I. 1 1 I. I. I L SECTION 01028 CHANGE ORDER PROCEDURES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Procedures for processing Change Orders. 1.02 RELATED REQUIREMENTS A. Section 01700 - Contract Closeout: Project record documents. 1.03 SUBMITTALS A. Submit name of the individual authorized to accept changes, and to be responsible for informing others in Contractor's employ of changes in the Work. B. Change Order Form::As approved by the Engineer. 1.04 DOCUMENTATION OF CHANGE IN CONTRACT SUM AND CONTRACT TIME A. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. B. Provide data to support computations: 1. Quantities of products, labor, and equipment. 2.. Taxes, insurance and bonds. 3.. Overhead: and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from Contract, similarly documented. C. Support each claim for additional costs,, and for work done, witf additional information: 1. Origin and date of -claim. 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. "4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. 1.05 PRELIMINARY PROCEDURES _A. Engineer. -may submit a Proposal Request which includes: Detail.ed._, description of change with supplementary or revised Drawings and Specifications, the projected time for executing the change and the Section 01028 - 1 McClelland l r�eC To rx ConsuSlit, p Ir IS Incorporated Faysttevllls, Arkansas 1 r period of time during which the requested price will be considered valid. 1 B. Contractor may initiate a change by submittal of a request to Engineer describing the, proposed change with a statement of the 1 reason for the change, and the effect on Contract Sum and Contract. Time with full. documentation. 1.06 CONSTRUCTION CHANGE AUTHORIZATION.- WORK DIRECTIVE CHANGE 1 A. Engineer may issue a directive, signed by Owner., instructing Contractor to proceed with a change in the Work, for subsequent I. inclusion in a Change Order. B. Directive .will describe .changes in the Work, and will designate method of determining any change in Contract Sum or Contract Time. C. Promptly execute. the change in Work. 1 1.07 TIME AND MATERIAL - FORCE ACCOUNT CHANGE ORDER A. Submit itemized account and supporting data after completion of • 1 change, within time limits in Conditions of the Contract. B. Engineer will determine the change allowable in Contract Sum and Contract Time as provided in Conditions of the Contract. 1.08 EXECUTION OF CHANGE ORDERS A. Engineer will issue Change Orders for signatures of parties as provided in Conditions of the Contract. 1 1.09 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and 1 adjust the Contract Sum as shown on Change Order. B. Promptly enter changes in Project Record Documents; PART 2 PRODUCTS 1 Not Used. iW .NY—..—. v W.•T.a ..- ... .. a .. 1 PART 3 EXECUTION Not Used. 1 END OF SECTION Section 01028 - 2 1 McClelland - rvel En Ineers Inaarparaled Fop,ttevllls, Arkonsos EEl SECTION 01070 ' CUTTING AND PATCHING PART 1 1.01 GENERAL SCOPE A. This .Section includes the work required to provide complete, in place, cutting, fitting, and patching of new arid existing work. 1.02 GENERAL A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.03 DESCRIPTION A. Execute cutting (including excavating), fitting, or patching of work, required to: 1. Make the several parts fit properly. 2. Uncover work to provide for installation of ill-timed work. 3. Remove and replace work not conforming to requirements..of ' Contract Documents. 4. Remove and replace defective work. 5. Install specified work in existing construction. B. In addition to Contract requirements, upon written instructions of Engineer: 1. Uncover work to provide for Engineer's observation of covered work. 2. Remove samples of installed materials for testing. 3. Remove work to provide for alteration of existing work. 4:- Do not endanger any work by cutting or altering work or:any part of it. 5. Do not cut or alter work of another contractor without written consent of Engineer Section 01070 - 1 J MCClellond ll ConsulEngineers InCorp oral ed Foy.Ne vllle, Arkansas r 6. Do not cut structural or reinforcing steel without written consent of the Engineer. 1.04 SUBMITTALS DURING CONSTRUCTION • A. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING CONSTRUCTION,. in Division 1,.GENERAL REQUIREMENTS. 1.05 SUBMITTALS A: Prior to cutting which affects structural safety of project, submit written notice to the Engineer and other Prime Contractors, requesting consent to proceed with cutting. B. Prior to "extra" cutting and patching done on instruction of Engineer, submit cost estimate. C. Should conditions of work, or schedule, indicate change of materials or methods, submit written recommendation to Engineer, including: 1. Conditions indicating change. 2. Recommendations for alternative materials or methods. 3. Submittals as required for substitutions. 4. Submit written notice. to Engineer, designating time work will be uncovered, to provide, for observation. PART 2 MATERIALS Not Used + 1 PART 3 EXECUTION Not Used END OF SECTION Section 01070 - 2' MCCI& land nn wiling gineea Engineers t� ` 1 orp Incaraoratea Fayetteville, Arkansas SECTION 01210 ' PRECONSTRUCTION CONFERENCES ' PART 1 GENERAL ' 1.01 REQUIREMENTS INCLUDED A. Contractor participation in pre construction conferences. ' 1.02 RELATED REQUIREMENTS A. Section 01009 - Summary of Work: Administrative provisions. 1.03 PRECONSTRUCTION CONFERENCE A. Engineer will schedule conference within 15 days after notice of award. B. Attendance: Owner, Engineer, Project Administrator, and Contractor. C.' Agenda: 1. Submittal of executed bonds and insurance certificates. 2. Execution of Owner -Contractor Agreement. -- 3. Distribution of Contract Documents. 4. Submittal. of list of subcontractors, list of products, schedule ' of values, and progress schedule. 5. Designation of responsible personnel. 6. Procedures and processing of field decisions, submittals, substitutions, • applications for payments, proposal requests, change orders, and Contract closeout procedures. 7. Scheduling. PART 2 PRODUCTS Not Used. H. PART 3 EXECUTION Not Used. END OF SECTION 1 IL ' - k,acl6Oaad nglaos na InGwporaled fays,tsvW., Arkansas Section 01210 - 1 -d I SECTION 01300 SUBMITTALS DURING CONSTRUCTION ' PART 1 GENERAL - 1.01 SUBMITTALS A. This Section outlines in general the items that the Contractor must prepare or assemble for submittal during the progress of the work. Costs for the work under this Section shall be included in the appropriate items of the Contractor's bid prices. There is no attempt herein to state in detail all of the procedures and requirements for each submittal. The Contractor's attentionS is directed to the individual Specification sections in these Contract Documents which may contain additional and special submittal requirements. The Owner reserves the right to direct and modify the procedures and requirements for submittals as necessary to accomplish the specific purpose of each submittal. Should the Contractor be in doubt as to the procedure, purpose, or extent of any submittal, he should direct his inquiry to the Engineer. 1.02 ADMINISTRATIVE SUBMITTALS ' A,- The Contractor•-sha-ll provide all of the submittals required .by -.the.. General Conditions, Supplementary Conditions, and as may be specifically required in other parts of these Documents. B. The Contractor is reminded of his obligation as required by law. to. make required submittals promptly to the applicable Federal, state, I. or local' agency.. Failure to comply with -this requirement may result - in thefl withholding or progress payments and make the Contractor liable for other prescribed action and. sanctions.. PART 2 TECHNICAL SUBMITTALS 2.01 GENERAL -Requirements -in this Section -are. in= addition .to..any : specific. requirements for-submitta1s--specified-rn-other—Divisions-and-Sections of these Contract Documents. B. Submittals to the Engineer shall be- addressed -to: McClelland ' -Consul-ting Engineers, Inc.; Attn: Mr. Robert White,. P.O.. Box_ 1229, Fayetteville, Arkansas 72702. 1 ` Section 01300 - 1 MCCIe liana Incoraoraba Fayetteville. Arkansas I r I I I I I I El I C. Submitted data shall be fully sufficient in detail for determination of compliance with the Contract Documents. D. Review, acceptance, or approval of substitutions, schedules; shop drawings, lists of materials, and procedures submitted or requested by the Contractor shall not add to the Contract amount, and all additional costs which may result ..therefrom shall be solely the Obligation of the Contractor. Es The Owner is not precluded, by virtue of review, acceptance, or approval, from obtaining a credit for construction savings resulting from allowed concessions in the work or materials therefor. F. It shall not be the responsibility of the Owner to provide engineering or other services to protect the Contractor from additional costs accruing from such approvals.. G. No equipment or material for which listings, drawings, or descriptive material is required shall be fabricated, purchased, or installed until the Engineer has on hand copies of such approved lists and the appropriately stamped final shop drawings. H. Submittals will be acted upon by the Engineer as promptly as possible, and returned to the Contractor not later than the time allowed for review in SHOP DRAWING SUBMITTAL PROCEDURE. Delays caused by the need for resubmittals shall not constitute reason for an extension of Contract time. , - - 2.02 SHOP DRAWING. SUBMITTAL PROCEDURE IA. See General and Supplemental Conditions. I A I I I I 2.03 TRANSMITTAL OF CONTRACTOR'.S SUBMITTAL FORM A. Each shop drawing submittal shall be accomplished by a Transmittal of Contractor's. Submittal form. The form shall be completely filled in with all applicable information; failure to do so shall result in immediate rejection of the submitted items.,- .: :. 2.04 SHOP DRAWING REQUIREMENTS A. Shop drawings referred to herein shall, include shop drawings and. ....,"_' -"other esubmittals---for -both shop- and---field-fabricated"'- items: --The Contractor shall submit, as applicable, the following for all., prefabricated or manufactured structural, mechanical, electrical., plumbing, process systems, and equipment: - - . - Section 01300 - 2 Ad MCClellond ' Engineers Incorporated Foyelle ville, Arkansas 1 t1.- GENERAL a. Shop drawings or equipment drawings, including dimensions, size and location of connections to other work, and weight of equipment. ' b. Catalog information and cuts. c. Installation or placing drawings for equipment, drives, and ' bases. d. Supporting calculations for equipment and associated I. supports; or hangers required or specified to be designed by equipment manufacturers. I. e. Complete manufacturer's specifications, including materials description and paint system. f. Performance data. ' g. Suggested spare parts list with current price information. I. h. List of special tools required for checking; testing, parts replacement, and maintenance. (Special tools are those which have been specially designed or adapted for use on parts of the equipment, and which are not customarily and routinely carried -by -maintenance mechanics,) - i. List of.speci& tools furnished with the equipment..- ' j. List- of materials - and -supplies required for the- equipment prior to., and. during start-up. . ' 1.. List of materials and supplied furnished with the equipment. m. Samples of fin-sh colors for selection. I. n'. Special_ handling instructions. I. o. Requirements. .for storage and protection prior --._to 1 .. installation. . p.- Requirements=:=or-==routine--maintenance required: prior to start-up. q- List: of a11. recuested exceptions to .the Contract Documents 1 Section 01300 - 3 'land 6nnleng Engineers Incorporated Fayetteville, Arkansas Ir ri. L 2.05 SUBMITTALS REQUIRED FOR FOREIGN -MANUFACTURED ITEMS A, In addition to the submittal requirements stated above, suppliers of foreign -manufactured items shall submit the names and addresses of companies within the Jnited States that maintain technical service representatives and complete inventory of spare parts and accessories for each foreign -made item proposed for incorporation into the work. Failure -to prove the foregoing capabilities shall be just cause for rejection of the foreign -manufactured items. 2.06 RECORD DRAWINGS A. The Engineer will prepare a set of Record Drawings for the project which will include the changes made in materials, equipment, locations, and dimensions of the work. Two weeks prior to Final Inspection, the Contractor shall submit to the Engineer a current listing and description including marked -up prints of each change incorporated into the work since the preceding submittal. 2.07 SUBMITTAL OF INTERFACE INFORMATION (CONNECTION AND CORRELATION WITH OTHER WORK) A. Where called for on tre Specifications, and as determined necessary by the Engineer to provide proper correlation with other equipment, complete interface information shall be submitted. This interface information shall be accurate, and contain all information necessary to allow --the completion of detail design and construction -of -the interfacing -or connecting work. The Contractor shall include in his negotiation .for subcontract work, such agreements as may be necessary to ensure -the accuracy of subcontractor's interface submittal • information. In the event additional costs are incurred due to subsequent changes to information given in said interface Information; such additional -costs shall be borne by -the Contractor;-: 2.08 OPERATION AND MAINTENAKCE (O&M) MANUALS A. The Contractors:shall furnish four copies of..a .complete instruction manual -forinstallation, operation, maintenance, and lubrication -- requirements for -eats component of mechanical and electrical - equipment or system. All equipment manufacturers shall be made aware of these requirements -and all -associated costs- shall be included in the costs -for furnishing the equipment or system. Each instruction manual "furnished shall be --fixed- i : has--d-back--cover- or: fi-le -folder - which is clearly labeled 'to .designate -...the system or equipment for which it is intended dith reference -to -the building and equipment number, and the Specification section where the. item: is -specified. The Engineer will asserrble-the-instruct,ion-manuals:-for:. all mechanical and electrical equipment into one main Operation and Maintenance (O&M) Manual for the entire project. I Section 01300 - 4 W J Consulting an. and en n.dT m) Engineers -- In - Incporated Pays? ,e villa, Arkansas � 1 B. The manuals shall be furnished at least 30 calendar days prior to the scheduled completion of the work but in no case shall submission of the manuals be delayed beyond 95 percent. completion point of the work. Submission of the manuals shall precede any payment to the Contractor for work completed in excess of the 95 percent completion level. Any deficiencies found by the Engineer to exist in the manuals submitted shall be corrected by the contractor within 30 calendar days following notification by the Engineer of the ' deficiencies. C. Each instruction manual shall include, but not be limited•to, the following: 1. Diagrams and illustrations ' 2. Detailed description of the function of each principal component of the system. 3. Performance and nameplate data 4. Installation instructions 5. Procedure for starting 6. Proper adjustment ' 7. Test procedures 8. Procedure for operating ' 9. Shutdown instructions 10. Emergency operating instructions and troubleshooting guide 11.' Safety precautions 12: "Maintena'nce and overhaul '-instructions which shall include: detailed assembly drawings with: -.part numbers, parts list, instructions for ordering spare parts, and complete preventive I. maintenance instructions required to ensure satisfactory performance and lorgevity of the equipment. . 'i3. `L'ubrication instructions-which-'shall--li-st-points--to-be greased�or oiled, shall recorunend type, grade, and temperature -range of lubricants, and shall recomend frequency of lubrication. ' D. T.he manual -:shall be complete in all respects for all_ equipment, controls, accessories, and associated appurtenances. 1 Section 01300 - 5 1 ��MOClegona ncorpora, Incorporated Faye„eville, Arkansas E. Each copy of the manual shall be assembled in one or more binders, each with title page, typed table of contents, and heavy section dividers with numbered index tabs. Each manual shall be divided into sections paralleling the equipment Specifications. Binders shall be three-ring, hard -back type. All data shall be punched for binding I. and composition and printing shall be arranged so that punching does not obliterate any data. The project title, Division designation, and manual title printed thereon shall be as furnished by the I. Engineer. F. -Where more :than one binder is required, they shall be labeled "Vol. 1", Vol. 2", and so on. The table.of contents for the entire set, identified by vo'ume number, shall appear in each binder. I. G. Manuals shall be transmitted to the Engineer prior to installation of ' the equipment and all equipment shall be serviced in accordance with the manufacturer's recommendations prior to operation. A service record shall be maintained on each item of equipment and shall be delivered to the Engineer prior to final acceptance of the project. 2.09 SAMPLES AND TEST SPECJMENS I. A. Where required in the Specifications, test specimens or samples of materials, appliances, and fittings to be used or offered for use in connection with the kork shall be submitted to the Engineer at the Contractor's expense, with information as to their sources, with all cartage charges prepaid, and in such -quantities and -sizes as may be required for proper examination and tests to establish the quality or.. equality thereof, as applicable. ' B. , All samples and test specimens shall be submitted in ample time to enable the Engineer to make any tests or examinations necessary without delay to the work. The Contractor will. be held responsible .. ' for any; loss of time due to his neglect or failure to deliver the required samples to the Engineer, as specified: I. C� -'The Contractor shall submit additional samples as required by the. Engineer to ensure equality with the original approved sample and/or for determination of Specification compliance. D. Laboratory tests and examinations that the Owner elects to make at'. I- its own laboratory- wfl be made at no cost to -the Contractor, except..I. .: that; if a"sample of any -material -or equipment proposed -for use -by— the Contractor falls to meet the Specifications, the cost of testing subsequent samples shall be borne by the Contractor. I 11 1 E. . All tests required by independent laboratory Certified test results the Specifications to shall be made by an of all specified tests be performed by an approved laboratory. shall be submitted in Section 01300 - 6 J MCCItISGnd b f a M� Incorporated Con sut in g Engineers Fo)'el,eviiie, Arkansas I. I. 1 I.. I. f duplicate to the Engineer. The samples furnished and the cost for the laboratory services shall be at the expense of the Contractor and included in. the prices bid for the associated work. 2.10 CERTIFICATES OF COMPLIANCE A. A Certificate of Compliance shall be furnished for materials specified to a recogrized standard or code prior to the use of any such materials in the work. The Engineer may permit the use of certain materials orassemblies prior to sampling and testing if accompanied by a Certificate of Compliance. The certificate shall be signed by the manufacturer of the material or the manufacturer of assembled materials and shall state that the materials involved comply in all respects with the requirements of the Specifications. A Certificate of Compliance shall be furnished with each lot of material delivered to the work and the lot so certified shall be clearly identified in the certificate. B. All materials used on the basis of a Certificate of Compliance may be sampled and tested at any time. The fact that material is used on the basis of a Certificate of Compliance shall not relieve the Contractor of responsibility for incorporating material in the work which conforms to the requirements of the Contract Documents and any such material not conforming to such requirements will be subject to rejection whether in place or not. C. The Engineer reserves the right to refuse permission for use as material on the basis of a Certificate of Compliance. D. The form of the Certificate of Compliance and its disposition shall be as directed by the Engineer. E. Where Certification of Compliance is required in the Technical Specifications, the Contractor shall obtain from the supplier/manufacturer a certification stating that the particular piece of equipment:or system will satisfy all requirements stated in the related Specification Section(s). PART 3 EXECUTION Not Used.:.e END OF SECTION Section 01300 - 7 J I McCle(land (( Enlneers Incorporated Faynev lls, Arkansas • SECTION 01311 SCHEDULE AND SEQUENCE OF OPERATIONS ' PART I GENERAL 1.01 CONSTRUCTION SCHEDULE GENERAL PROVISIONS. ' A. No work shall be dcne between 6:00 P.M..and 7:00 A.M. nor on. Saturdays, Sundays or legal holidays without the written permission I. of the Engineer. Howaver, emergency work during these hours may be done without prior permission. ' B. Due •to potential health hazards the existing, water distribution facilities must remain in service. Written authorization is required from the Owner if any water service is to be discontinued. 1.02 SEQUENCE. OF CONSTRUCTION A. The Contractor shall submit a diagram or chart indicating the construction sequencing and duration of each construction activity. B. No specific, sequence of construction of line segments is required; however, the project shall be constructed in an orderly sequence starting at existing main connections. C. Construction in close proximity with the university campus shall be ' scheduled for completion during the "summer" months, to avoid the excessive traffic in this area during normal school months. 1.03 LINE SEGMENT CONSTRUCTION ' A. Start construction of individual line segments at tapping tees and valves. on existing mains.. Complete lines on a segment by segment ' basis, _with :service• taps made along the segment. Cap service lines near_<the connection point to existing meter settings. Pressure test, disinfect and flush'main segments and service lines. Place new lines ' in service. Transfer meter supplies from old to new service lines. Upon iconiplet1on ofaall meter connections on each segment, disconnect • existing mains .being abandoned,plug off the active line at -the disconnection point.: Abandonl.oTd mains in place. B. Install new- fire• hydrants- (or designated old hydrants being relocated) on the new pipe segments as they are constructed. Leave existing hydrants in service until the new hydrants are placed in- service. Do not disccnnect old hydrants until a replacement hydrant is in service. Upon placing new hydrants in service remove old hydrants and cap the hydrant stub pipe on active lines, as required. Section 01311 - 1 MCClenana • ' �� Consulting Engineers Incorporated Foystfeville, Arkansas Ir I Designated modern three way hydrants may be reused or delivered to the Fayetteville. Water Department shop. Designated two way and undersized hydrants shall become property of the Contractor, for disposal as scrap material. See Section 15013 for a .schedule on existing fire hydrants. PART 2 PROGRESS OF THE WORK 2.01 GENERAL A. The work shall be started within 10 days of the Notice to Proceed I. from the Owner, and the work shall be executed with such progress as may be required to prevent any delay to other contractors or to the general completion of the project. B. The work shall be executed at such times and in or on such parts of the project, and with such forces, materials, and equipment to assure completion of the work in the time established by the Contract. ' 2.02 OVERTIME NOTICE A. If the Contractor for his convenience and at his own expense should desire •to carry on his work at night or outside regular hours, 7:00 A.M. to 6:00 P.M., he shall submit a written request for approval to the Engineer and he shall allow adequate time for satisfactory- arrangements to be made for observing the work in progress. The Contractor shall pay the expenses for construction observation required for work outside regular hours. The Contractor •shall light the different parts of the project as required to comply with all applicablefederal and state regulations and with all • applicable requirements of the Owner. ' 2.03 PRECONSTRUCTION AND PROJECT COORDINATION MEETINGS A. A Preconstruction Conference and Project Coordination Meetings shall • ' be held per the requirements of Section 01210 of these Specifications. 2.04 OVERALL SCHEDULE ' A. The Contractor will -be required to prepare -and -submit to the Engineer• ` within 30 days after the award of Contractran Overall Schedule. The Overall Schedule shall be comprised of construction operations covering all work to be done in connection with the Contract. B. The Overall Schedule covering work to be executed .under the Contract shall be of sufficient detail and shall have a minimum of work activities. The final total number of activities shall be subject to i Section 01311 - 2 k,ctrelrand ' # ginneer �y Enpineers In e'OoraroIBA Folerrevirle, Arkansas the approval of the •Engineer. A work activity is defined as an activity for which marpower is required and must be performed before the project is considered complete. C. The Overall Schedule snail indicate the; sequence of work and the time ' of starting and completion of each part. It shall include, but not be limited to, the following items, as they pertain to the respective contractors: 1. Shop drawing receipt from Contractor, submitted to the Engineer, review, and return to Contractor. ' 2, Material and equipment order, manufacture, delivery, installation, and :heck -out. ' 3. Performance tests and supervisory service activities 4. Piping and wiring installation ' 5. Construction sequence. 6. Final cleaning. I 7. Allowance for inclement weather. 2.05 PAYMENT ' A. No separate payment shell be made for work under this Section. I I I I I I PART 3 EXECUTION Not Used • END OF SECTION Section 01311 - 3 Ad MCC/e Stand Can Engineers rs Incorporated Fayetteville, Arkansas SECTION @1400 ' QUALITY CONTROL ' PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. General Quality Control. B. Workmanship. C. Manufacturer's Instructions. D. Manufacturer's Certificates. E. Mockups. ' F. Manufacturers' Field Services. • ' G. Testing Laboratory Services. 1.02 RELATED REQUIREMENTS •' A. Section 01300 - - Submittals: Submittal of Manufacturer's Instructions. • B. Section 02200: Tests required for earthwork. C. Section 03300: Tests required for concrete. 1.03 QUALITY CONTROL, GENERAL A. Maintain quality control over suppliers, manufacturers, products, ' services, site conditions, and workmanship, to produce work of specified quality. - , 1.04 WORKMANSHIP • A. Comply with industry standards except -when more restrictive ...._.tolerances or- specified -requi-rements- itndicate-more rigid standards tor more precise workmanship. ~ B:~ -Perform work by persons qualified to produce workmanship of ' specified quality. C. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, and racking. Section 01400 - 1 MCC1e Oa nd cnsuMne _.. Engineers . Incorporated Fayetteville, Arkansas 1 7) 1.05 MANUFACTURERS. INSTRUCTIONS '• A. Comply with instructions in full detail, including each step in sequence. Should instructions conflict with Contract .Documents, request clarification, from Engineer before proceeding. 1 1.06 MANUFACTURERS' CERTIFICATES A. When required by individual Specifications Section, submit manufacturer's certificate, in duplicate, that products meet or exceed specified requirements. • 1.07 MOCKUPS A. Not Used. 1.08 MANUFACTURERS' FIELD SERVICES A. When specified in respective Specification Sections, require ' supplier or manufacturer to provide qualified personnel to observe field conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust and balance of equipment as applicable, and to make appropriate recommendations. . B. Representative shall submit written report to Engineer listing ' observations and recommendations. 1.09 TESTING LABORATORY SERVICES IA. Owner will employ a: Testing Laboratory to perform inspections, tests, and other services required by individual Specification Sections. ' B. Owner shall pay for i-iitial laboratory testing of earthwork, base, asphalt, and concrete, If, however, initial test fails, retesting ' must be paid for by the Contractor. C. Services will be performed in accordance with requirements of governing authorities and with specified standards. D. Reports will be submitted to Engineer, Owner and Contractor giving observations and results of tests, indicating compliance or ,non=compliance with specified standards and with —Contract Documents: - E. - Contractor shall cocperate with Testing Laboratory personnel; furnish tools, samples of materials, design mix, equipment, storage:: and assistance as requested. I Section 01400 - 2 J —iiiyyyddd,777���555eee`� Consust - - u Engineers incorporated Incoraorafea Fayetteville. Arkansas r 1. Notify Engineer/Testing Laboratory 24 hours prior to expected time for operations requiring testing services. 2. Make arrangements with Testing Laboratory and pay for additional samples and tests for Contractor's convenience. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION Section 01400 - 3 McClelland Consulth,g Engineers incorporated Fayetteville, Arkansas r 1 SECTION 01500 ' TEMPORARY CONSTRUCTION FACILITIES AND UTILITIES ' PART I GENERAL 1.01 LAYOUT OF TEMPORARY FACILITIES 1 A'. .The Contractor shall make his own arrangements for .storage of materials and equipment in locations, on and off the construction ' site. Security of the construction work, materials, and equipment is the sole responsibility of the Contractor. ' 1.02 STORAGE BUILDINGS A. The Contractor shall erect or provide as approved, temporary storage buildings of the various sizes as required for the protection of ' mechanical and electr-cal equipment and materials as recommended by manufacturers of such equipment and materials. The buildings shall be provided with such environmental control systems that meet ' recommendations of manufacturers of all equipment and materials stored in the buildings. The buildings shall be of sufficient size and so arranged or partitioned to provide security for their contents and provide ready access for inspection and inventory. At or near ' the completion of the work, and as directed by the Engineer, the temporary storage buildings shall be dismantled, removed from the site, and remain the property of the Contractor. B. Combustible materials (paints, solvents, fuels, etc.) shall be stored in a well -ventilated building removed from other buildings. STORAGE YARDS A 1 1.04 The Contractor shall construct -temporary storage yards for . the storage of :materials that are not subject to damage by weather conditions. : Materials such as pipe, reinforcing and structural steel, shall be stored on pallets or racks, off the ground, and stored •in a manner to allow ready access for inspection and inventory. Temporary gravel surfacing of the storage yards shall meet :with- the. approval -of _the Engineer and Owner. Storage areas. ._, . -shall be restored--to•~th'ei'r--ini-ti-al--condition once they are no longer-••- -•~'-- needed. - CONTRACTOR'S WORK AREA = A. The Contractor shall limit his operations and storage of equipment materials to the areas authorized by individual property owners and appro.wed by the Engineer and Owner. Section 01500 - 1 L J ' MaCoe)land ' / - u ncorp oa to 'e1� �� Engineers Incas orabd Fayetteville, Arkansas I r t Li I B. The Contractor shall maintain the area during construction in a manner that will not obstruct operations of any existing roads. He shall proceed with his work in an orderly manner, maintaining the construction site free of debris and unnecessary equipment or. materials. 1.05 TEMPORARY ACCESS ROADS AND PARKING A. The Contractor shall construct temporary construction access roads, parking areas, and detours as are required to execute the work. Thefl roads shall meet with the approval of the Engineer, and be maintained in good condition until no longer needed; at which time the temporary ' roads shall be removed and the area left in a condition satisfactory to the property owner and Engineer. ' 1.06 TEMPORARY WATER CONTRO_ A. Rough grade site to prevent standing water and to direct surface drainage away from excavations, trenches, adjoining properties, and ' public rights -of -way. B. Maintain excavations aid trenches free of water. Provide and operate pumping equipment of a capacity to control water flow. C. Provide piping to handle pumping outflow to discharge in a manner to avoid erosion or deposit of silt. D. Remove equipment and installation when no longer needed. IPART 2 UTILITIES 2.01 CODES AND SAFETY A. The Contractor shall 'be responsible for obtaining inspections and ' paying for permits required for the installation of all temporary utilities. Also, the Contractor shall be solely responsible for the safe use/operation of all temporary utilities. ' 2.02 SANITARY FACILITIES A. The Contractor shall provide and maintain sanitary facilities for his ' employees and his subcontractors' employees that will comply with the regulations of the local and State health departments and as directed by the Engineer. ' 2.03 TEMPORARY WATER A. The Owner will provide a place of temporary connection for water near ' the site if the Contractor desires and if it can be determined that Section 01500 - 2 ' - Mnce HngC C. MdT ne nsul Sing Engineers ngineeas p o Incaraorarea Fa,.Mevllle, Arkansas the Contractor's. usage will not interfere with Fayetteville's normal requirements. The Contractor shall, provide all temporary piping ' required to bring the water to the point of use and remove it when no longer needed. The Contractor shall make a conscientious effort to conserve, water in his uses. •B. The Contractor will provide required pumps, pressure tanks, etc. if necessary to boost pressure at his points of usage, ' 2,04 WATER FOR TESTING A. The Owner shall provide the necessary water required for testing equipment and water lines prior to acceptance of the work, unless otherwise specifical-y stated in the Specifications for the equipment, system, or facility. ' 2,05 PROTECTION OF THE FINISHED CONSTRUCTION A. The Contractor shall assume the responsibility for the protection of ' all finished construction and shall. repair and restore any and all damage to finished work to its original or better state. ' 2,06 REMOVAL OF TEMPORARY FACILITIES AND UTILITIES A. At such time or times any temporary construction facilities and I. utilities are no longer required for the work, the Contractor shall notify the Engineer of his intent and schedule for removal -of ..the -- temporary facilities and utilities, and obtain the Engineer's approval before removing the same. As approved, the Contractor shall '• remove the temporary 'facilities and utilities from the site as his property and. leave the site in such condition as specified, as directed by the Engineer, and/or as shown on the Drawings, B. In unfinished areas, the condition of the site shall be left in.a condition that will restore original drainage, evenly graded, seeded as necessary, and left with an appearance equal to, or better than, original. 2,07 PAYMENT ' A. Payment for the work ender this Section will be included as part of the unit price bid amounts stated inthe Proposal. ' PART 3 EXECUTION ' Not Used, ' END OF SECTION Section 01500 - 3 I. Marlelland Cnep Engineers nWoer incarporated Fayetteville, Arkansas r SECTION 01600 MATERIAL AND EQUIPMENT SHI3MENT, HANDLING, STORAGE, AND PROTECTION PART 1 GENERAL 1.01 . REQUIREMENTS INCLUDED A. Products. B. Transportation and Handling. C. Storage and Protection. D. Product Options. E. Products List. F. Substitutions. G. Systems Demonstration. 1.02 RELATED REQUIREMENTS A. Section 01009 - Admini;trative Provisions: Summary of Work B. Section 01400 - Quality Control: Submittal of manufacturers' certificates. C. Section 01700 - Contract Closeout:. Operation and maintenance data. 1.03 PRODUCTS ' A. Products include material, equipment, and systems. B. Comply with. Specifications and referenced standards as minimum requirements. C.• Components required to be supplied in quantity within a Specification Section shah be the same, and shall be:interchangeable.' D: Do not use materials and equipment removed from existing structure. 1.04 -TRANSPORTATION AND HANDLING A. Transport products by methods to avoid product damage; deliver in undamaged condition in manufacturer's unopened containers or packaging, dry. Section 01600 - 1 McClelland --1� Condoning ` ml Engineers incorporated Foy ltevllle. Arkansas I I H I I Th B. Provide equipment and personnel to handle products by methods to prevent soiling or damage.. C. Promptly inspect shipments .to assure that products comply with requirements, quantities are correct, and products are undamaged. 1.05 STORAGE AND •PROTECTION; A. Store products in accordance with manufacturer's instructions, with seals. and labels `•intact and legible. Store sensitive products in. weather -tight enclosures; maintain within temperature and humidity ranges required by manufacturer's instructions. B. For exterior storage of fabricated products, place on sloped supports above ground. Cove.^ products subject to deterioration with impervioussheet covering; provide ventilation to avoid condensation. C. Store loose granular materials on solid surfaces in a well -drained area; prevent mixing with foreign matter. D. Arrange storage to provide access for inspection. Periodically inspect to assure products are undamaged, and are maintained under required conditions. 1.06 PRODUCT OPTIONS ---A. " Submit a request with PROPOSAL for substitution for any manufacturer not specifically namec, providing all specification data and deduct in price offered. B. Products Specified by Reference Standards or by Description Only: Any product meeting these standards. 1.07 PRODUCTS LIST A. Not Used 1.08 SUBSTITUTIONS A. Only with submittal of equipment substitution request with thefl PROPOSAL will the Engineer consider requests from Contractor for major. equipment substitutions. Subsequently, substitutions will be considered -only -when -a product -becomes- unavailable due to no-"faultof Contractor. " B. Document each•request with complete data substantiating compliance of" proposed substitution, with Contract.Documents. ' Section 01600 - 2 Engineers si Engineers Inca"0oratad Fayetteville, Arkansas r C. Request constitutes a representation that Contractor: I. .1. Has investigated proposed product and determined that it meets or exceeds, in all respects, specified product. I2. Will provide the same warranty for substitution as for specified product. 3. Will coordinate installation and make other changes which may be ' required for Work;to be complete in all respects. 4. Waives claims for additional costs which may subsequently become apparent. D. Substitutions will not be considered when they are indicated or ' implied on shop drawing or product data submittals without separate written request, or when acceptance will require substantial revision of Contract Documents, or when said substitution will not result in significant cost saviigs to the Owner, or result in some material advantage being gained by the Owner. E. Engineer will determine. acceptability of proposed substitution, and will notify Contractor of acceptance or rejection in writing within a reasonable time following the opening of Bids. F. Only one request for substitution will be considered for each ' product. When substitution is not accepted, provide specified product. 1.09 SYSTEMS DEMONSTRATION A. Prior to final inspection, demonstrate operation of each system to ' Engineer and Owner. B. Instruct Owner's personnel in operation, adjustment, and maintenance of equipment and systens, using the operation and maintenance data as I. the basis of instruction. PART 2 PRODUCTS - ' Not Used. PART 3 EXECUTION I Not Used. END- OF SECTION -.- 1 ' Section 01600 - 3 J MCGepane Wnwttinq - Englnaers Incorporated Foyeffevltlq Arkansas I. I. I. I I. I. I I 1 1 SECTION.01700 CONTRACT CLOSEOUT PART I GENERAL 1.01 SCOPE . A. This Section outlines: the procedure to be followed in closing out all contracts. 1.02 SUBSTANTIAL COMPLETION . A: The substantial completion date for the Contract shall be established as stated..in the General Conditions. 1.03 FINAL INSPECTION A. After, final cleaning and upon written notice from the Contractor that the work is completed, the Engineer will make a preliminary inspection with the Owner and Contractor present. Upon completion Of this, preliminary inspection, the' Engineer will notify the Contractor, in writing, of any particulars in which this inspection reveals that the work is detective or incomplete. •B. Upon receiving written notice from the Engineer, the Contractor shall immediately undertake the work required to remedy defects and complete the work to the satisfaction of the Owner. C. When -the Contractor has corrected or completed the items as listed . in the Engineer's.written notice, he shall inform the Engineer, in writing, that the required work has been completed. Upon receipt of this notice, the Engineer, in the presence of the Owner and Contractor, shall make his final inspection of the project. D. :.Should the Engineer find all work satisfactory at the time of his inspection, 'the Contractor will be allowed to make application for final payment in accordance with the provisions of the General Conditions. Should the Engineer still find deficiencies in the work, the Engineer will inform the Contractor of the deficiencies and will deny the Contractor's request for final payment until such time as the Contractor has satisfactorily completed the required' work. E. All water courses, gutters, and ditches shall be opened and left in a condition satisfactory to the Engineer. Section 01700 - 1 G McCletlana ne MI Engineers Incorpor ated - Fayetteville. Arkansas - 1.04 FINAL SUBMITTALS ' A. No contract will be finalized until all of the following have been submitted as required in Section 01300, SUBMITTALS DURING. CONSTRUCTION. ' 1. Final shop drawing; 2. Record drawings 3. Interface information ' 4. Manufacturers' Certificates of Proper Installation 5. Operation and Maintenance Manuals ' B. No contract will be finalized until all submittals required in Section 01720, PROJECT RECORD DOCUMENTS, have been submitted. 1.05 GUARANTEES, BONDS, AND AFFIDAVITS A. No contract will be finalized until all guarantees, performance tests, bonds, certificates, licenses, and affidavits required for ' work or equipment as specified are satisfactorily filed with the Owner. I. 1.06 ACCESSORY ITEMS A. All Contractors furnishing and/or installing equipment on this project shall provide to the Owner, upon acceptance of the ' equipment, all special accessories required to place each item of - equipment in full operation. These special accessory items include, but are not limited to, adequate oil and grease as required for the ' first lubrication of the equipment, light bulbs, fuses, valve keys, handwheels, and other expendable items as required for initial startup and operation of all equipment. ' 1.07 RELEASE OF LIENS OR CLAIMS A. No contract will be finalized until satisfactory evidence of release of liens has been submitted to the Owner as required by the General Conditions. ' 1.08 FINAL PAYMENT A. Final payment will be made to the Contractor in accordance with the General Conditions. PART 2 PRODUCTS ' Not Used. Section 01700 - 2 Mace 4pna ' - conwl0na nx.porar InporppralBE FayeHevllle, Arkansas • r ' • PART 3 EXECUTION Not Used ' END OF SECTION i 1 1 1 1 I. 1 ' Section 01700 - 3 L J ' MCLlellarW en n.e' Cansattinp. hcorporat Inaraoratad Fayetteville, Arkansas SECTION 01710 FINAL CLEANING PART I GENERAL 1.01 SCOPE ' A. This Section coversthe work necessary for cleaning during construction and final, cleaning on completion of the work. B. At all times maintain areas covered by the Contract and private and public properties free from accumulations of waste, debris, and rubbish caused by construction operations. C. Conduct cleaning and disposal operations to comply with local ordinances and anti -pollution laws. Do not burn or bury rubbish and waste materials on project site. Do not dispose of volatile wastes such as mineral spirits, oil, or paint thinner in storm or sanitary drains. Do no dispose of wastes into streams or waterways. Brush and trees resulting from clearing shall be disposed of off -site. No on -site burning will be allowed. D. Use only cleaning materials recommended by manufacturer of surface ' to be cleaned, E. Use cleaning materials only on surfaces recommended by cleaning material manufacturers.. 1.02 CLEANING DURING CONSTRJCTION IA. During execution of work, clean site and public properties and dispose of waste materials, debris, and rubbish to assure that buildings, grounds, private and public properties are maintained free from accumulations of waste materials and rubbish. B. Wet down dry materials and rubbish to lay dust and prevent blowing I. dust. C. Provide approved containers for collection and disposal of waste materials, debris, -and rubbish. D. Remove grease, dust, dirt, stains, labels, and other foreign materials from exposed and semi -exposed surfaces. ' E. Repair, patch, and touchup marred surfaces to specified finish to match adjacent surfaces. Section 01710 - 1 MC[ferlond U rye! re Enelneers IncorpcorOorafeo Foyerreviffe. Arkansas r 1.03 FINAL CLEANING A.. At the completion of Aork on all contracts and immediately prior to final inspection,. cleaning of the entire project will be accomplished. B. Employ experienced workers, or professional. cleaners, for final cleaning. C. Repair, patch, and touch up marred surfaces to specified finish, to- • match adjacent surface's. C. Remove from the Owner's property all temporary structures and all • materials, equipment, and appurtenances not required as a part of, or appurtenant to, the completed work. See Section 01500, TEMPORARY • CONSTRUCTION FACILITIES AND UTILITIES. 1.04 PAYMENT A. Payment for the work in this Section will be included as part of the applicable bid amounts stated in the Proposal. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used L END OF SECTION Section 01710 - 2 Ii MnUehand o r I Engineers Incorporated Fayetteville, Arkansas r SECTION 01720 PROJECT RECORD DOCUMENTS PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Maintenance of Record Documents and Samples. B. Submittal of Record Documents and Samples. 1.02 RELATED REQUIREMENTS A. Document 00700 - General Conditions: Documents at the site. B. Section 01300 - Subrrittals: Shop drawings, product data, and samples. C. Section 01700 - Contract Closeout: Closeout procedures. D. Section 01700 - Contract Closeout: Operation and maintenance data. E. Individual Specifications Sections: Manufacturer's certificates and certificates of inspection. 1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES A. In addition to requirements in General Conditions, maintain at the site one record copy of: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and cther modifications to the Contract. 5. Reviewed -shop drawings, product data, and samples. 6. Field test records. 7. Inspection certificates. S. Manufacturer's certificates. B. - Store Record Documents in Field Office apart from documents used for construction: Provide files, racks, and secure storage for Record Documents. C. Label and file Record Documents in accordance with Section number listing in Table of Contents of this Project Manual. Label each document "PROJECT RECORD" in neat, large, printed letters. Section 01720 - 1 1 MCC/e! Iona WConwllinp ers- IncorpncorpararS Fayetteville, Arkansas D. Maintain Record Documents in a clean, dry and legible condition. Do not use Record. Documents for construction purposes, E. Keep Record Documents and samples available for inspection by Engineer. RECORDING A. Record information on la set of blue line opaque drawings, and in a copy of a Project Manual, B. Provide felt tip marking pens, maintaining separate colors for each major system, for recoAding information. C. Record information concurrently with construction progress. Do not conceal any work until required information is recorded. D. Contract Drawings and Shop Drawings: Legibly mark each item to record actual construction, including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Changes made by Modifications. 4. Details not on original Contract Drawings. E. Specifications: Legibly mark each item to record actual construction, including: 1. Manufacturer, trade name, and catalog number of each product actually installed, particularly optional items and substitute items. 2. Changes made by Addenda and Modifications. F. Other Documents: Maintain manufacturer's certifications, inspection certifications, field• test records, etc., required by individual Specifications sections. 1.05 SUBMITTALS A. At Contract --closeout, deliver Record Documents and samples under provisions of Section 01700. Section 01720 - 2 Ma[1e11and n6d Consulting Engineers lnineersea Fayerreville, Arkansas rH .. H. B. Transmit with cover letter in duplicate; listing: I. 1. Date: 2. Project title and number. 3. Contractor's name, address, and telephone number. ' 4. Number and title of each Record Document. 5. Signature of Contractor or authorized representative. PART 2 PRODUCTS - Not Used. 3.05 EXECUTION ' Not Used. •- -ND OF SECTION 1 1 a H- .H i H. 1 1 Section 01720 - 3 Mcclegane - i ned ip rvel MIneers nt poror mroraororee Fo,.Reville, Arkansas - Th I SECTION 02102 CLEARING; GRUBBING, AND STRIPPING PART I GENERAL 1.01 SCOPE A. This Section covers the work necessary to remove all interfering or objectionable material: from the designated areas of work. B. This work shall also. include the preservation from injury or defacement of all vegetation and existing objects designated to remain. • C. Review with the Engineer's Representative the location, limits, and methods to be used prior to commencing the work under this Section. ' PART 2 MATERIALS AND PROCEDURES '• 2.01 GENERAL A. Provide all materials, suitable and in adequate quantity, required ' to accomplish the work as specified herein. 2.02 CLEARING - DEFINITION IA. Clearing shall consist of cutting, removing, and disposing of trees, snags, stumps, shrubs, brush, limbs, and other vegetative growth,. and shall be performed in such a manner as to remove all evidence of ' their presence from.the surface and shall be inclusive of sticks and • branches greater than 2 inches. in. diameter or thickness. Clearing shall also include the removal and disposal of trash piles, rubbish, and fencing;_ and. the preservation of trees, shrubs, and vegetative ' growth which. are not designated for_removal. 2.03 CUTTING TIMBER ' A. In the cutting of timber growth (if any is required), cuts shall be made such that all trees are felled into the area to be cleared. ' Exercise care when clearing near the ' clearing limits so as not to damage existing trees, vegetation structures, or utilities which are •outside of the clearing limits. flush cut all stumps not designated for grubbing by cuttinc to within 2°inches of the ground surface. 1 1 Section 02102 - 1 '• L ' • Mac/oiland ar medT rro/ ngJne rs Elpineers Ino,raorarod Fays,reville. Arkansas I 2.04. PRESERVATION OF TREES,ISHRUBS AND OTHER VEGETATION IA. Protect trees, shrubbery and other vegetation not designated for removal from damage resulting from the Work. Cut and remove tree branches only where, in the opinion of the Engineer, such cutting is ' necessary to effect construction operation. Remove branches other than those required to effect. the work to provide a balanced appearance of any tree, as approved prior to removal. Scars resulting from the removal of branches shall be treated with an approved tree sealant. B. Trees and shrubbery within and adjacent to the water line easements I. shall be protected and preserved to the maximum extent possible. Damage to vegetation outside the limits of the permanent and. construction. easements may result in damage claims against the ' Contractor. C.: Ornamental trees, shrubs, fruit trees, etc., shall be protected from damage even if they are located within. the limits of the pipeline ' easement. Obtain Engineer's approval to modify the pipe route, if alternative routes will minimize impact on these plantings. If such plantings must be removed, protect and replant the plantings. If plantings are damaged during the process or if they die during the one year warranty period, replace the plantings in kind. 2.05 GRUBBING - DEFINITION A. Grubbing shall consist of the removal and disposal of wood or root matter below the ground surface remaining after clearing and shall ' include stumps, trunks, roots, or root systems greater than 2 inches in diameter or thickness to a depth of 18 inches below, the ground surface. 2.06 CLEARING AND GRUBBING LIMITS A. Clear only areas within the temporary and permanent easements that ' are absolutely necessary to accomplish pipeline construction. Do not clear outside of the easement limits. Minimize clearing within the easement limits. ' B. Grubbing along water lines is required only within the limits of the trench width. 2.07 DISPOSAL OF CLEARING AD GRUBBING DEBRIS A. - Haul the material from the work site and dispose of in accordance ' with state, federal, and local laws Such off-site.disposal shall be at the Contractor's sole expense. 1 Section 02102 - 2 ' MCC/e Mane rve� Ganes Rinp Incorparale0 Foy.Itevllle, Arkansas r 2.08 STRIPPING -DEFINITION . A. Stripping shall include the removal and: disposalof all organic sod, topsoil, grass and grass roots, and other objectionable material remaining after clearing and grubbing from the areas designated to • be stripped. The exact depth of stripping will be determined by the • Engineer. Topsoil requirements are specified in Section.02200, EARTHWORK. 2,09 AREAS TO BE STRIPPED A. Topsoil shall be stripped from the limits of the water line trench. Said topsoil shall be piled separately and used as finish topsoil when the trench is backfilled. 2.10 DISPOSAL OF STRIPPINGS A. Topsoil from the strippings shall be stockpiled and used for the finished site grading. Excess topsoil shall be disposed of off -site. 2.11 PAYMENT A. Payment for the work ii this Section will be included as part of the applicable lump sum or unit price amounts stated in the Proposal. PART 3 EXECUTION Not Used. - - END OF SECTION Section 02102 - 3 \- M°G. hand ng(nee ev ° rve� Consulting n Incorporated Fayette villa, Arkansas r 1 I; SECTION 02200 EARTHWORK, TRENCH EXCAVATION AND BACKFILL PART I GENERAL ' 1.01 SCOPE A. This Section covers the work necessary for the earthwork, trenching and backfilling complete. ' 1.02 DEFINITIONS - RELATIVE COMPACTION IA. "Relative compaction" •is defined as the ratio, in percent, of the as -compacted field dry density to the laboratory maximum dry density as determined by the Standard Proctor Test, ASTM D698. Corrections for oversize material may be applied to either the as -compacted ' field dry density or the maximum dry density, as determined by the Engineer. ' 1.03 DEFINITIONS - OPTIMUM MOISTURE CONTENT A. "Optimum moisture content" is defined as the moisture content of the 1 material for which the maximum dry density is obtained as determined by ASTM 0698. Field moisture contents shall be determined on the basis of the fraction passing the 3/4 -inch sieve. ' 1.04 SUBMITTALS A.. Submittals shall be made in accordance with the GENERAL CONDITIONS, I. SECTION. 01300,,SUBMITTALS.,DURING.CONSTRUCTION, and the requirements of this Section. B. Provide the following submittals: ' 1. Samples for. al.l.imported.material:.- . PART 2 MATERIALS 2:01 . GENERAL° _ _ W -m... -A.-Provide"ai°l--labor, materials, and equipment necessary -to accomplish.,.._ -- the work specifiedoin•this Section. Section 02200 - 1 MOCIe slang nedT Consulting .% o I Engineers at -� in cot peg Fayetteville, Arkansas ' 2.02 I. I. 1 I. '. Q 2.03 A COMMON EXCAVATION Complete all common excavation regardless of the type, nature, or condition of the mate^ials encountered. The Contractor shall make his own estimate of the. kind and extent of the various materials, to be excavated in orderL to accomplish the.work. All excavation not specifically defined as rock excavation shall be common excavation. ROCK EXCAVATION Rock excavation is defined as the removal of all material which by actual demonstration cannot be reasonably excavated with a backhoe. as listed in Table 1 below and equipped with two rippers, or similar approved equipment and which is, in fact, systematically drilled and blasted or broken by power -operated hand tools. The Engineer may waive the demonstration if the material encountered is well-defined rock. The term: "rock' excavation" shall be understood to indicate a method of removal and iot a geological formation. TABLE 1 Manufacturer Model Bucyrus Erie 20-H Hopto 550 Koehring 466 B. No payment will be made for any method of rock removal other than systematic drilling and blasting or by power -operated hand tools. If material which would be classified as rock by the above definition is mechanically removed with excavating equipment of a larger size than speci`ied hereinbefore, it shall be understood that any added costs for the removal of material by this method shall be included in. the unit prices for the various classifications of common excavation. C. Before systematic;dr.illing and blasting will be permitted, -expose the material by removing the common material above it. Notify the Engineer who, with the Contractor or his representative, will measure the amount of material to be removed and will record the information. Then drill, blast, or break with power -operated hand 'tools , and excavate the- material:'-- The method- or methods of calculating and determining the- quantity of rock shall be agreed upon for each occurren:e where -rock excavations-;-as-herein defined, are encountered along the -centerline of the proposed pipeline. All such agreements between the above -mentioned, parties shall be a matter of record by both parties on the day each occurrence of rock is measured. Section 02200 - 2 I ktaclenand consulting Engineers Inaorp orated Fayetteville, Arkansas D. The Contractor may predrill and blast prior to excavation if, in the Engineer's opinion, a ^ock line from which.measurements can be taken I. can be clearly defined. To obtain tentative approval of this method, the Contractor shall predrill, blast, and excavate an initial 100 -foot test trench section, and, in addition, shall ' excavate a minimum of two 20 -foot long trench sections to apparent rock line immediately adjacent to the .predrilled section for comparison. If satisfactory correlation can be obtained,. the I. Engineer may approve Dredrilling and blasting. The Contractor in electing to use this method hereby agrees to accept the reasonable judgment of the Engineer to resolve the dispute. Where the entire trench footage has not been predrilled, the Engineer reserves the '• right to stop predrilling and blasting if experience indicates that an accurate determination of rock quantities is not possible by this method. ' 2.04 EARTH FILL A. Excavated material free from roots, organic matter, trash, debris, ' rocks larger than 3 inches, and other deleterious materials. Suitable material may be obtained by the Contractor from the excavation for the.proposed pipelines. Provide imported material of equivalent quality, if required to accomplish the work. Imported material shall be provided at the Contractor's sole expense. 2.05 GRANULAR FILL ' A. Imported GRANULAR FILL shall be 1 -1/2 -inch minus crushed gravel or crushed rock.., free from dirt, clay balls, and organic material, well ' graded from coarse to fine, containing sufficient finer material for proper compaction,-and'less than 8 percent by weight passing the No. 200 ;sieve.; Arkansas Highway and Transportation Department classification SB-2 shall qualify as GRANULAR FILL material. 2.06 SAND 'A, '-Imported natural sand or sand produced from crushed gravel or :.. crushed rock, maximum size 5/16 -inch, 80.percent shall pass a No. 4 sieve, -free: from clay and organic material, with a maximum of 8 ' percent passing the No. 200 sieve. 2.07 GRIT A. Imported - crushed limestone screenings from concrete coarse aggregate, maximum size 1/2 inch. ' 2.08 TRENCH STABILIZATION MATERIAL A. Three-inch minus river -run or pit -run gravel, free from clay balls, roots., and organic matter; well crushed gravel or crushed rock Section 02200- 3 MnGenona 'Engineers co 1u Incorpcwporated Faye,levlHe. Arkansas r 1 1 1 1 11 graded with less that 8 percent by weight passing the 1/4 -inch sieve. Submit samples for approval prior to. delivery of the material to the site. 2.09 GRANULAR PIPE BASE AND PIPE ZONE MATERIAL A. Granular pipe base and pipe zone material, as required by the typical trench details on the Drawings, shall be GRANULAR FILL, SAND, GRIT, or materials meeting the requirements of ASTM. D2487, Class I and Class II embedment materials. 2,10 NATIVE PIPE BASE AND PIPE ZONE MATERIAL A. Trench excavated or imported selected material free of stones larger than one and one -half -inch, roots, debris and organic material. To include silt and clay subsoils, sand and gravel less than one and one -half -inch in size. 2.11 BACKFILL ABOVE THE PIPE ZONE A. Materials from the excavation containing no particles larger than 6 -inch diameter, free from roots, debris, and organic material. 2.12 TOPSOIL A. Selected topsoil at the site, properly stored and protected, free from roots, -sticks, hard clay, and stones which will not passe througha 3 -inch sgiare opening. Remove existing grass and overburden before topsoil is excavated. Provide imported topsoil of equal quality if required to accomplish the work. 2.13 WATER FOR COMPACTION A. Furnish as required. 2.14 COMPACTION EQUIPMENT A. Compaction equipment shall be of suitable type and adequate to obtain the densities specified.. B. Compaction equipment shall be operated in strict accordance with the manufacturer's instructions and recommendations. Equipment shall be maintained in such condition that it will deliver the manufacturer's rated compactive effort. Hand -operated equipment shall be capable of achieving the specified densities. - 2.15 MOISTURE CONTROL EQUIPMENT - A. Equipment for applying water shall be of a type and quality adequate for the work, shall not leak, and shall be equipped with a distribu- Section 02200 - 4 L � ' Manlella nWpoCant/Wag re si ` rrel Engineers InGnraororae Fayetteville, Arkansas I r tor bar or other approved device to assure uniform application. Equipment for mixing and drying out material shall consist of blades, discs, or other approved equipment. 2.16 RIPRAP A. Hard and durable quarry -run limestone with less than 35 percent wear when tested for resistanceto abrasion in conformance to ASTM C 535. Bulk density shall not be less. than 160 pounds per dry cubic foot. The least dimension of any one piece shall not be less than 1/3 the greatest dimension. A, minimum of 50 percent of the volume shall be in pieces ranging in, size from 1/2 cubic foot to 2 cubic feet. Smaller pieces will be allowed only to fill in the. voids in the larger stone. PART 3 EXECUTION 3.01 CLEARING, • GRUBBING, AND STRIPPING A. Complete clearing and grubbing work as specified in Section 02102, CLEARING, GRUBBING, AND STRIPPING, prior to beginning work in this Section. 3.02 STRIPPING TOPSOIL A. Prior to beginninganyexcavation or fill, strip the topsoil to a depth of at least 6 inches or to a depth sufficient to remove all ._ organic material and stockpile for future use. .In general, topsoil shall be removed where structures are to be built„ embankments or levees constructed, trenches dug, and roads, parking lots, walks, and similar. improvements constructed within the areas presently covered with topsoil. Topsoil shall be. stored clear of the construction -area. Take reasonable care to prevent the topsoil from becoming mixed with subsoil or eroding. 3.03 COMMON EXCAVATION A. Perform all common excavation of -every description, regardless of the type, nature, or condition of material encountered, as - specified, shown, or required to accomplish the construction. 3.04 EXCAVATION SAFETY - A. -- -The Contractor shall be solely responsible for making the -excavation '=°�°Iin^arvsafe manner. Provide appropriate measures -to retain excavation- - - sideslopes to ensure that men working in or near the excavation are protected. I Section 02200 - 5 Engineers VIncorporated <.• Fayette villa, Arkansas •'. I I I ri IH 1 3.05 LIMITS OF EXCAVATION A. Excavate to the depths and widths required. Allow for forms, working space, granular base, and finish topsoil where shown or required. Excavation carried below the grade lines shown or established by the Engineer shall be replaced with the same fill material as specified for the overlying fill or backfill, compacted as required for such overlying fill or backfill. Where the overlying area is not to receive fill or backfill, replace the overexcavated material and compact to a density not less than that of the underlying ground. The Contractor shall correct all overexcavated areas at the Contractor's sole expense. 3.06 REMOVAL OF WATER A. Provide and operate equipment adequate to keep all excavations and trenches free of water. Remove all water during period when concrete is being deposited, when pipe is being laid, during the • placing of backfill unless water settling is required, and at such other times as required for efficient and safe execution of the work. Removal of groundwater shall be accomplished in a manner that will preserve the strength of the foundation soils, will not cause instability of the excavation slopes, and will not result in damage to existing structures. 3.07 ROCK EXCAVATION A. Where material is encountered which requires systematic drilling and blasting for removal, excavate to subgrade for granular pipe base. Correct overexcavation with compacted granular material as specified hereinbefore for grade. B. The requirements -of Section 01016, Paragraph 1.13 will be prerequ-isite to blasting near structures; Use the utmost care so as not to endanger life or property, cause slides, or disturb materials outside the limits of the trenches or excavations. C. Store all explosives in a safe, secure manner in compliance with• federal, state, and local laws and ordinances, and mark all such storage places clearly DANGEROUS EXPLOSIVES. Do not leave explosives - in an unprotected manner along or adjacent --to any highway, street, alley, or other area where such explosives could endanger persons or- property. - - . - - D. Comply with the requirements of the Workmen's Compensation Board or -similar appropriate- public body having jurisdiction over-- use•- of. explosives. • Allow only persons experienced in the handling of explosives to use them on the work. Explosives shall be handled only by licensed personnel. ' Section 02200 - 6 McClelland pl Engineers Incorporated Fayerleville, Arkansas r0 Provide all necessary approved types of tools and devices required for loading and usinc explosives, blasting caps, and accessories. Conform to, and obey, all federal, state, and local laws that may be imposed by any public authority. Do not blast adjacent to any portion of exposed work or structures, unless proper precautions are taken to ensure that the structures and materials surrounding and supporting the same will not be damaged by the blasting.. When blasting rock in trenches, cover the area to be shot with blasting mats or other type of protective material that will prevent the scattering of rock fragments outside of the excavation. Give ample warning to all persons within the vicinity prior to blasting, and station men and provide signals of danger in suitable places to warn people and vehicles before firing any blasts. Fire all blasts with an electric blasting machine which shall not be connected in the circuit until just prior to the time for firing, and then shall be connected by the man who will operate the blasting machine. G. After a blast has been fired, the blaster shall make a careful inspection to determ'ne that all charges have exploded before employees are allowed to return to the operation. Correct misfires in accordance with the requirements of the applicable portions of ' the state or local safety code for blasting. The Contractor shall be responsible for any and all damages to property or injury to persons resulting from blasting, or accidental or premature ' explosions that may occur in connection with his use of explosives. H. In case injury from blasting occurs to any portion of the work or to the material, surroundingor supporting the same that is intended to ' remain, remove such damaged work, repair the work, and replace the material surrounding or supporting the same, or furnish such material and perform such work for repair or replacement as the Engineer shall order. Repair promptly, completely, and satisfactorily all -damage to existing structures intended to remain, that is caused by blasting, at no expense to the Owner. 3.08 PREPARATIONS. FOR PLACING BACKFILLS A. Backfill around concrete structures only after the concrete has ' attained the specified compressive strength indicated in Section 03300, CONCRETE. Remove all form materials and trash from the excavation before placing any backfill. Obtain the Engineer's acceptance -of concrete --work and attained strength prior •-to backfilling. B. Do not -operate earth -moving equipment within 5 feet of walls of ' concrete structures for the purpose of depositing or compacting backfill material. Compact backfill adjacent to concrete walls with hand -operated tampers or similar equipment that will not damage the structure. Section 02200 - 7 '/_. ' Enginee rs Incorpor ated Faye„eville, Arkansas I r 1 3.09 TRENCH EXCAVATION AND 3ACKFILL •' A. Excavate for the installation of piping, utilities, and appurtenances. All Dbstructions,. such as tree roots, stumps, abandoned concrete structures, and other material of any type shall be removed., 3.10 TRENCH WIDTH IA. Minimum width of unsheeted trenches or the minimum clear width of sheeted trenches in soil trenches in which pipe is to be laid shall be 6 inches greater than the inside diameter of the pipe. Sheeting requirements shall be independent of trench width. The maximum clear width at the top of the pipe or above the pipe will not be limited, except in cases where excess width of excavation would tcause damage to adjacent structures. B. Minimum trench width in rock excavation areas shall be 12 -inches greater than the inside diameter of the pipe. Maximum width for rock excavation pay purposes shall be two feet. 3.11 GRADE A. Carry the bottom of the trench to the depths shown, or as established by the Engineer. Allow for pipe thickness and for pipe ' base or special bedding when specified. Backfill any part of the trench excavated --below grade with granular pipe base material or native .pipe base material, as required by the details on the Drawings, and compact to a density equal to the undisturbed trench bottom. 3.12 SHORING, SHEETING, AND BRACING OF TRENCHES ' A. Erect, maintain, and remove shoring, sheeting, and bracing as required by all federal, state and local laws, codes and ordinances. ' 3.13 REMOVAL OF WATER A. Removal of water shall be accomplished as specified hereinbefore. ' 3.14 TRENCH STABILIZATION material in the bottom of -the- trench- is -unsuitable for ' supporting the pipe, excavate below them flow line to remove the unsuitable material, and backfill to the required grade with TRENCH STABILIZATION MATERIAL as specified hereinbefore. Unsuitable I. material is material which is not capable of supporting the pipe base material, pipe and/or backfill (i.e., organics, mud, large rocks, trash, etc.). 1 ' Section 02200 - 8 ' Macienond 1Q M nnornoras Incorporated Foys,reviHs, Arkansas J I .:.:: 3.15 BASE FOR PIPE IN ROCK: TRENCH ' A: Place a minimum 4 -inch thickness of GRANULAR PIPE BASE of the type hereinbefore specified. Place for the full width of the trench with the top of the granular base at flow line grade. Bed the pipe in ' the granular base so that the flow line is at the required, grade and elevation, Place and Lfinish the gravel, base to grade ahead of the pipe 'laying operation.i' Place GRANULAR PIPE ZONE MATERIAL to a level 6 -inches above the top of the pipe. 3.16 BASE FOR PIPE IN SOIL TRENCH IA. Grade soil trench bottoms to the specified depths, for continuous and uniform pipe support. Place NATIVE PIPE BASE AND PIPE ZONE MATERIAL in over excavated areas and to a level 4 -inches above the 1 top of the pipe. 3.17 TRENCH BACKFILL ABOVE THE PIPE ZONE A. In trenches under all structures, sidewalks, city streets, piping, and similar facilities, except where specifically shown, deposit GRANULAR FILL, as specified hereinbefore, in horizontal lifts not ' exceeding 8 inches in uncompacted thickness. Compact to not less than 95 percent relative compaction. Repair any subsequent damage caused by settlement, of trenches at the Contractor's sole expense. ' B. In trenches under driveways, alleyways -used for driveways, parking areas, and similar areas designated by the Engineer, backfill with compacted native materials to within 6 -inches of the surface. I. Places 6 -inches of GRANULAR FILL (SB-2) and compact to not less than 95% relative compactioi. Place additional GRANULAR FILL if settle- ment occurs, at the Contractor's sole expense. C. In other areas the excavated trench material may be used for backfill. Push by mechanical means, first onto the slope of the backfill previously placed and allow to roll down into the trench.. I. Do. not. allow free fall of the material into the.open trench... Under. no circumstances .allow sharp, heavy pieces of. mater.ial-to-drop.. directly onto the pipe or the material in the pipe zone. Backfill '-material shall not exceed 1/2 cubic foot in size and shall be intermixed with finer material to produce completed fill that is free--from-,detrimental voids and segregation. Neatly windrow -:the-: material -over -the----trench to provide- for future settlement. —Any ' excess -or kdeficiency of backfill material after settlement wrth:in.r. --the guarantee period siall be corrected by regrading'and adding or removing material. 1 1 Section 02200 - 9 ' S S McClelland r,,, Conwltln0 Engineers Incorporated Fa)ettevflle, Arkansas r 1 3.18 SITE GRADING U. A. Perform allearthwork to the lines and grades as shown and/or established by the Engineer, with proper allowance for topsoil where specified or shown. Shape, trim, and finish slopes of channels to I. conform with the lines, grades, and cross sections shown. Make slopes free of all exposed roots and stones exceeding 3 -inch diameter which are loose and liable to fall. Round tops ofbanks to circular curbs, in general, not less than a 6 -foot radius. Rounded I. surfaces shall be neatly and smoothly trimmed. Overexcavating and backfilling to the proper grade will not be acceptable. Finished site grading will be reviewed by the Engineer. ' 3.19 DISPOSAL OF EXCESS EXCAVATION A. Dispose of all excess excavated materials, not required or suitable ' for use as backfill or fill, outside of the area of work. Contractor shall make his own arrangements for the disposal of the excavated material and bear all costs or. retain any profit ' incidental to such disposal. 3.20 SETTLEMENT ' A. Any settlement in backfill, fill, or in structures built over the backfill or fill, whicf may occur within the 1 -year guarantee period in the General Conditions will be considered to be caused by ' improper compaction methods and -shall be corrected at the Contractor's sole expense. Any structures damaged by settlement shall be restored to their original condition by. the Contractor at I. the Contractor's sole expense. 3.21 PLACING RIPRAP ' A. Place riprap carefully to avoid disturbing the prepared grade. Depth of riprap shall be as shown. Intermix the sizes of riprap ' material to provide aniform gradation between small and large material.. Prevent damage to pipe . or other facilities. Repair damageto the pipe or coating at the. Contractor's sole expense. _ ' 3.22 DRAINAGE CULVERTS A. Replace in =kind drainage culverts -which- are destroyed. If the- - culvert cannot brreused, dispose -of itand furnish and install new pipe. All culverts -..shall be protected from damage or restored to equivalent condition; if damaged; at -no cost to the Owner. ' B. Replace culverts to the existing lines and grades. Do not replace --. culverts until the proposed pipeline is installed and the backfill of the trench has been completed to the subgrade of the culvert. Section 02200 - 10 L � ' a a� McClelland i To rve) Canwlllnp Erpinsers .tJ Incorporated FayeHeviiie. Arkansas ' 3.23 PAYMENT IA. Payment for the work in this Section will be included as part of the unit price and lump sum bid amounts stated in the Proposal. I. B. Payment for trench excavation, native pipe base and pipe zone material and for trench backfill for the water lines shall be included in the unit price for the water lines. C. Rock excavation shall be measured for payment as the actual quantity of rock removed within the following limits: 1. Maximum depth for'.payment purposes shall be 4 inches below the bottom outside surface of the barrel of the proposed pipeline. ' 2. Maximum width for payment purposes shall be 24 inches. If the actual width of excavation is less than 24 inches, payment will • be based on the actual measured width. .3. Payment for rock excavation will be based on the unit price per • cubic yard stated in the Proposal and will be paid in addition to the linear foot payment for trench excavation and backfill. ' Payment for rock excavation shall include full compensation for • all labor, equipment, materials, and incidentals necessary to • drill, blast, and excavate the material. No payment will be made for rock excavated below the required grade or outside the ' widths mentioned above. No payment will be made for rock removal by any method other than drilling and blasting or with power -operated hand tools. 4. Payment for imported GRANULAR PIPE BASE AND PIPE ZONE MATERIAL shall be included as part of the unit price for excavated rock. No separated payment will be made for this imported granular material. D. Payment for trench stabilization material will be based on the unit ' price per ton stated in the Proposal. Measurement will be based upon individual trip tickets of actual truck measure furnished the Engineer for tons used under this item. Trip tickets shall be ' presented to the Engineer for his signature on the day the material is delivered. No payment will be allowed on trip tickets not so validated by the Engineer. Payment for this item shall constitute full compensation for all materials, labor, equipment, and ' incidentals necessary to furnish materials at trench side and for placing and compacting it in the trench and for the extra depth of trench excavation required below the pipe base grade to provide for ' a stable base for the pipe. This item is to provide for unstable base encountered in the progress of the work and shall be used only under the direction of the Engineer. Section 02200 - 11 IL ' McClelland norpor InccvOorated Faye,/eville, Arkansas - Payment for riprap will be based on the unit price per ton stated in the Proposal,, and the number of tons placed within the authorized I. limits. This payment shall constitute full compensation for the work as specified herein. Quantities for payment purposes shall be the actual number of tons used, based on truck weights and trip ' tickets signed by the Engineer. Trip tickets shall be presented to the Engineer for his: signature on the day that the material' is delivered: F. Payment for GRANULAR FILL used for road crossings, driveways and other authorized areas will be based on the unit price per ton stated in the Proposal, and the number of tons placed within the I. authorized limits. This payment shall constitute full compensation for the work as. specified herein. Quantities for payment purposes shall be the actual number of tons used, based on truck weights and ' trip tickets signed by the Engineer. Trip tickets shall be presented to the Engineer for his signature on the day that the material is delivered. G. No separate payment will be made for protecting, repairing and/or replacing existing culverts. 1 • : END OF SECTION 1 1 1 Section 02200 - 12 MCCIeCon so none nei To rw/ Consun; Engineers ncopo Incorporated Fayetteville, Arkansas tr • SECTION 02218 LANDSCAPE GRADING PART 1 GENERAL 1.01 WORK INCLUDED A. Finish grade subsoil. B. Place, level, and compact topsoil. 1.02 RELATED WORK A. Section 01400 - Quality Control: Compaction requirements of backfill. B. Section 02200 - Rough Greading - Subsoil contouring. C. Section 02200 - Backfilling: Backfilling and compacting fill. D. Section 02200 - Trenching: Excavation, backfill, and compacting fill in trenches. E. Section 02485 - Finish ground cover. 1.03 PROTECTION A. Protect landscaping and other features remaining as final work. B. Protect existing structures, fences, roads, sidewalks, paving, and curbs. PART 2 PRODUCTS 2.01 MATERIALS A. Topsoil: Reused or imported, friable loam; free of subsoil, roots, grass, excessive amount of weeds, stone, and foreign matter; acidity range (pH) of 5.5 to 7.5; containing a minimum of 4 percent and a maximum of 25 percent organic matter. Section 02218 - 1 McClelland Consulting esi ` rnl Engineers Incorporated Fayetteville, Arkansas r PART 3. EXECUTION 3.01 INSPECTION A. Verify site conditions and note irregularities affecting work of this Section. B. Beginning work, of this Section means acceptance of existing conditions. 3.02 SUBSOIL PREPARATION A. Eliminate uneven areas and low spots. Remove debris, roots, branches, stones in excess of 3 inches in size. Remove subsoil contaminated with petro'eum products. B. Scarify subgrade to death of 3 inches where topsoil is scheduled. Scarify in areas where equipment used for hauling and spreading topsoil has compacted subsoil. 3.03 PLACING TOPSOIL A. Place topsoil in areas where seeding is scheduled. B. Use topsoil in relatively dry state. Plate during dry weather. C. Fine grade topsoil eliminating rough or low areas. Maintain levels-, profiles, and contours of subgrade. D. Remove stone, roots, grass, weeds, debris, and foreign material while spreading. E. Manually spread topsoil around plants and structures to prevent damage. F. Lightly. compact placed topsoil. G. Remove surplus subsoil and topsoil from site. H. Leave stockpile area anc site clean and raked, ready to receive grass seeding. 3.04 TOLERANCES A. Top of Topsoil: Plus or minus 1 inch. Section 02218 - 2 1 McClelland si rvel consaltlnQ Engineers Incorporated Fayetteville, Arkansas 3.05 SCHEDULE OF LOCATIONS A. The following paragrapis identify compacted topsoil thicknesses for various locations. B. Seeded Grass: 6 inches. C. Gardens: 12 inches. 3.06 PAYMENT A. Payment for the work in this Section will be included as part of the unit price bid amounts for pipe, for work completed along pipelines. END OF SECTION Section 02218 - 3 J MCLle Hand si� rn� ConsulAnp Engineers Incorporated Fayetteville, Arkansas I Vt SECTION 02223 ' STREET UNDERCROSSINGS ' PART 1 GENERAL 1.01 SCOPE 1 A. This Section covers the work necessary for the construction of the street undercrossings, complete, within the limits shown. ' B. The operation across the City street right-of-ways must conform to the requirements of tie City street and State Highway Department ' (Permitters). Execute all necessary agreements and/or permits before entering upon or commencing any work on the City or State right-of- ways. Comply, also, with the applicable requirements of the GENERAL CONDITIONS and the SUPPLEMENTARY CONDITIONS. ' D. Designated paved street crossings shall be made by boring and insertion of a casing pipe, unless specifically otherwise noted hereinafter. However, if the Contractor encounters solid rock and is unable to complete the bore, he shall obtain permission from the Permitter to make an open cut. The Contractor shall comply with all ' requirements of the Permitter. E. For open cuts, utilize equipment capable of completing at least 1/2 of the width of the street designated to be bored, crossing during ' daylight hours in 1 day. At least one-way traffic shall be main- tained at all times, unless approved on detours is obtained from the Permitter. F. Prior to starting construction, all required labor, materials, and equipment shall be on the site. Notify all permitters at least 48 hours in advance of working within their right-of-way. The term ' "Permitter" as used herein shall be understood to mean the party, agency, or governmental authority issuing the permit or permits for the construction withir the said right-of-way. G. The Owner will prepare and submit the necessary Highway Department permit applications, and will post the permit bond, as required. The ' Contractor will not have to obtain State HighwayiDepartment permits. 1.02 LOCATION IA. Undercrossings to be Trade by the boring and jacking method include all undercrossings designated on the Drawings for both water mains and water service lines. Where possible, all water service lines shall,be.bored and/or jacked under all streets. Section 02223 - 1 MCOelfane ' �sr ned To rveT ngineers Enafaeers maorporare0 Faye„eville. Arkansas Pr B. Water.mains (2" to 8") shall be installed by the open,cut method on other City streets. PART 2 PRODUCTS 2.01. WATER. PIPE. A. Strength classification and type as shown in the Undercrossing Schedule, all conforming to Section 15001-2 and 15001-14. 2.02 UNDERCROSSING SCHEDULE. A. See Schedule appended hereto. 2.03 SERVICE LINE UNDERCROSSINGS A. Unless rock prohibits, install all service lines under paved City streets by boring and/or jacking. B. Open cut City streets for service lines where rocks prohibit boring and/or jacking. C. Complete undercrossings for service lines in accordance with the details on the Drawings. 2.04 EXCAVATION A. Excavation shall conform to Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 2.05 IMPORTED GRANULAR PIPE BASE AND PIPE ZONE MATERIAL A. Conform to Section 02203, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 2.06 TRENCH BACKFILL Ar- Rock or foundation stabilization and granular-backfill shall conform to Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 2.07 STEEL CASING PIPE A" Provide casing of size to permit proper construction to -the required lines and grades. Casing shall be type shown below, fabricated in sections for welded field joints. B. The minimum wall thickness shall correspond to the dimensions of standard weight steel pipe. Section 02223 - 2 / Mscie oa ad Con soj tin orneers Incorporated Foy.,levi!e, Arkansas 1 C. Casing length shall be as necessary to conform to the criteria shown on the details on the Drawings. The Field Engineer will determine the specific casing lergth for each undercrossing. 2.08 CONCRETE A. ASTM C 94, Alternate 2. Proportion and mix to produce a minimum compressive strength of at least 3,000 psi at 28 days. Maximum size of aggregate 1 -1/2 -inch, slump between 2 and 4 inches. 2.09 SAND A. Sand for sealing the ainular space between the carrier pipe and the casing pipe shall confcrm to ASTM C 33. 2.10 STAINLESS STEEL BANDS A. One -half -inch wide by 0.020 -inch thick, 304 stainless steel bands, or equal. 2.11 SEALS AND SUPPORTS A. Lumber shall be No. 2 West Coast Douglas fir graded in conformance with WWPA Current Grading Rules, No. 2 Yellow Southern Pine, or equal. Material shall be pressure treated with creosote or pentachlorophenol in mineral spirits in accordance with AWPA C14, C8, C9, and C2 as applicable. Minimum retention shall be as designated for contact with ground. Method of treatment in accordance with the applicable portion of the AWPA manual standards. Insofar as practicable, all timbers shall be cut to size before the material is given the preservative treatment. PART 3 EXECUTION 3.01 GENERAL A. Prior to the start of the work, submit satisfactory evidence to the Engineer that all insurance coverage requirements called for by the Permitter have been complied with. All proposed construction methods and materials for the undercrossing shall be approved by the Engineer and Permitter prior to the crossing operation, and no construction sh-a1l-be started until written approval to -proceed from the Permitter has been submitted to the Engineer. 3.02 TRENCH EXCAVATION AND BACKFILL A. Conform •to the applicable portions of Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. At designated locations, compact Section 02223 - 3 I MCCIsiland �v Lana l ring ` Engineers Inaarp orated Fayetteville. Arkansas granular base backfitf for full depth of. trench with approved mechanical tampers to 95 percent maximum density as determined by ' AASHTO.T 99. 3.03 CASING IA. Size of casing shall be large enough to provide sufficient working space to properly install the water pipe to lines and grades shown. Minimum acceptable sizes are shown on the Undercrossing Schedule and Ion the Drawings. Jacked or bored casings shall be continuously welded at joints for a rigid, watertight encasement. ' 3.04 UNCASED PIPE A. Provide granular base under all pipe within limits of crossing. Base and pipe installation to conform to Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 3.05 CASED PIPE A. Provide strapped timber cradle both over and under barrel of pipe, join pipe, and slide irto casing. Cradles shall be strapped to pipe ' barrel as shown on the )rawings. B. Pipe installation to ccnform to applicable portions of Section 02200 ' and Section 15001. 3.06 PLACING FILL IN CASING IA. Fill the annular space between the casing and the pipe completely with sand to prevent pipe flotation during high water. Accomplish filling by pouring or pumping the sand from the two ends and such intermediate points as may be necessary. Filling, once commenced at any one point, shall be completed without stopping. Suitable low pressure equipment, having capacity to delivery sand under pressure of up to 5 pounds per square inch, will be approved by the Engineer. B. Dispose of excess excavated material as approved by the Engineer. ' 3.07 PLACING CONCRETE SEALS AT ENDS OF CASING A. After. the water pipe has been tested and approved, construct a wood ' form at the ends of the casing and pour minimum 18 -inch -thick concrete plugs as shown. Work the concrete around the pipe so that the plug will' provide a tight seal. i 1 Section 02223 - 4 l J ' McClelland Engineers lncoraorared Faye leville, Arkansas 3.06 CONTRACTOR'S RESPONSIBILITY ' A. The .Contractor.. shallH be fully responsible for settlement or deterioration of the finished undercrossing pavement during the warranty period. B. The Owner will .withhold final payment for. this project until the Contractor furnishes a satisfactory release from the Permitters stating that all claims for labor and materials have been satisfied and that the Contractor's work across the right-of-way has been completed to the satisfaction of the Permitters. ' 3.09 PAYMENT A. Payment for the street crossings designated to be bored and jacked will be based upon applicable unit prices stated in the Proposal-. Separate payment will be made for the water pipe installed through the casing and for granilar fill material. 1 . 1 END OF SECTION 1 Section 02223 - 5 I. McClelland Consulrina 1 Enalne Incoraoratrared Fayerreville, Arkansas � 1 ' NL L L L L L L L L L L L L L L 4 h Y O O O O O O O O O O O O O O O ' Y a • C a Y Y Y Y YY Y Y Y Y ,- Y Y Y, u r a E E I- A q q C q A. S. q A q q A A A A • a W L L L L L L U L L L L L L L L • COn n n n n n' o n n n n n O. n n q J N N N N N N O N N N N N N N N O_L/, Q Q Q Q Q Q U Q Q Q Q Q Q Q Q C O O Cr • "U vl v1 V1 N 3 3 in N N in N V1 3 3 3 N a 1 1 1 I 1 Ii I I 1 I I I I I 1 O^ Z Z. Z Z W W Z Z Z Z Z Z W W W 00 % DLL OC4- t r OI O O V V O O N O cf o a'f W V O O n N C rn V N N 11 to fy P N V n N N Q !+1 n q a o w E O E � a N C N D 10 1p tp 10 N N 1p LO 1p l0 �O {p N N N V O O O O O O O O O O O O O O O K N N N N N N N N N N N N N N N W r U q N In h N O N O N N N N N N N O N O N O N Z a•� N N h N O N O N N N N N N N O N O N O N O n L q ro A q m A OI q A A A A q A P A � A N q a r 1 r r 1 I k- dY U U U U UU VU U U U U U U UU UU UU Z A £ U U V U U U V U V V U U CJ U U > d d d d 6 d d d n 6 d d d d d a a n N d I/1 N N N N l0 t0 N N N N N N LO ,O ,O ' C a N N N N VJ 'p N N N N N N b 1p b n '. d a 1 Section 02223 - 6 i-- ` • M Is end ' ev ned� rve� Consulting Engineers Incorporated Fayetteville, Arkansas SECTION 02485 FINISH GRADING AND GRASS PART I GENERAL 1.01 SCOPE A. This Section covers the work necessary for the finish grading and .grass establishment, complete, including furnishing and delivery of material and seeding and maintenance of grass. The intention of this Specification is that the Contractor returns areas of damaged turf to the condition in which he found them at the start of the job and that a grass stand be established on all cleared areas. The only areas not to be seeded are garden areas and areas receiving gravel or paved surfaces. 1.02 GENERAL A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. PART 2 MATERIALS 2.01 TOPSOIL A. Existing topsoil shall be reused where practical. See Section 02218, LANDSCAPE GRADING. B. Place existing or imported topsoil in areas where topsoil was previously stripped for pipeline work. C. -Areas that are cleared, but not stripped of topsoil shall have the existing topsoil graded and scarified. Imported topsoil shall not be required. 2.02 SEED A. Certified, blue tag, clean, delivered in original, unopened packages and bearing an analysis of the contents, guaranteed 95 percent pure -- and to•have a minimum germination rate of 85 percent, within 1 year of test. I A,auel and Con so' tin g ` rrol Engineers Incorporated Fayettevitie, Arkansas - Section 02485 - 1 r \ 2.03 SEED MIX A. Mix for all areas shall follow the recommendations of the local Agricultural Extension, Agent, depending on the season. B. Separate lawn and `field grass mixes shall be utilized, as appropriate for the application area.. ' PART 3 EXECUTION 3.01 PROJECT SCHEDULE A. The overall Project Schedule shall show an anticipated time for grading and seeding to take place, .so that seasonal consideration can be given attention. 3.02 CONSTRUCTION METHODS - GRADING OF TOPSOIL A. Shape the topsoil over the area to the desired shape and contour. B. Apply commercial fertilizer at the manufacturer's recommended rate, t distributing it uniformly with a mechanical spreader. The minimum application rate shall be 500 lbs per acre. Fertilizer blend shall be as recommended by tie local Agricultural Extension Agent. ' 3.03 FINISH GRADING A. Thoroughly mix the topsoil and fertilizer. B. Rake the area to a uniform grade so that all areas drain in the same manner as at. the start of the project. C. Lightly compact before planting grass. D. For lawn and garden areas, remove all trash and stones exceeding ' 3 -inches in diameter from area to a depth of 3 -inches prior to preparation and planting grass. For field and timber areas, remove excavated stone and trash to an equivalent condition to the ' adjoining undisturbed area. 3.04 TIME OF SEEDING A:- Conduct seeding under favorable weather conditions during seasons r--which-are normal for such work as determined by accepted practice in locality of project. i I „ _ ._..__...__ . Section 02485 - 2 ' ' MCWelingC ulting , incorporated Fayetteville, Arkansas If .. 3.05 MECHANICAL SEEDING I. A. Sow grassed.areas evenly with a mechanical spreader at rate of 100 pounds per acre, roll with cultipacker to cover seed, and water with fine spray. Method of seeding may be varied at discretion of Contractor on his own responsibility to establish a smooth,. uniformly grassed area. 3.06 HYDROSEEDING A. At the Contractor's option, seed may be applied by hydroseeding method. . Seeding shall be done within 10 days following soil preparation. Hydroseed all areas at rate of 100 pounds seed and 500 pounds ammonium phosphate per acre. ' B. Proceed with seeding operation on moist soil, but only after free surface water has drained away. C. Exercise due care to prevent drift and displacement of mixture into 'other areas. 3.07 WINTER PROTECTIVE SEEDING A. Winter barley or annual rye grass applied at a rate of 120 pounds/acre shall be used after September 15. ' 3.08 MAINTENANCE A. Begin maintenance immediately after each portion of grass is planted ' and continue until a reasonable stand of grass has been obtained. Water to keep surface soil moist. Repair washed out areas by filling with topsoil, fertilizing, and seeding. 3.09 GUARANTEE A. If, at the end of a _80 -day period, a satisfactory stand of grass ' has not been produced, the Contractor shall renovate and reseed the grass or unsatisfactory portions thereof immediately, or, if after the usual planting season, during the next planting season. If a ' satisfactory stand of grass develops by July 1 of the following year, it will be accepted. If it is not accepted, a complete replanting will be required during the planting season meeting all • ' of the requirements specified under CONSTRUCTION METHODS. B. .A satisfactory stand is defined as grass or section of grass that has: No bare spots larger than 4 square feet. i ' Section 02485 - 3 McClelland ' w tlo rvej Conwlti ng - Engineers Incorporated Fayetteville, Arkansas ' Not more than 10,percent of total area with bare spots_ larger than 1 square foot. 1 3.10 PAYMENT A. Payment for the work in this Section will be included as part ofthe unit price bidper foot of pipe, for pipeline work. • END OF SECTION • 1 1 • • Section 02485 - 4 I ' McC e4p nE �er nad� rve� Coninsers Elplpras incorporated Fayetteville, Arkansas U . 1 SECTION 02601 ASPHALT, CONCRETE, AND GRAVEL SURFACE RESTORATION PART 1 GENERAL 1.01 SCOPE ' A. This Section covers the work necessary for the restoration of asphalt, concrete, and gravel surfaces, replacement of sidewalks, ' and drainage facilities, and incidental work, complete. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.02 STANDARD SPECIFICATIONS A. Where the term "Standard Specifications for Highway Construction" is used, such reference shall mean the current edition of Arkansas ' Highway and Transportation Department Standard Specifications. Where reference is made to a specific part of the Standard Specifications, such applicable part shall be considered as part of this Section of the Specifications. In case of a conflict in the 'requirements of the Standard Specifications and -the-requirements stated herein, the requirements herein shall prevail. 1.03 RELATED WORK SPECIFIED IN OTHER SECTIONS A. Section 02200 - Earthwork, Trench Excavation and Backfill 1.04 SUBMITTALS DURING CONSTRUCTION A. Prior to the delivery of specified aggregate to the site, the Contractor shall submit samples of the material for the Engineer's approval. Samples shall be typical of materials to be furnished from the proposed source and in conformance with the specified ' requirements. B. Where laboratory test•ng is specified herein, the Contractor shall -. I . employ an independent testing laboratory -to conduct such tests and submit certificates of the test results to ensure Specification conformance. ' C. The costs for submittals shall be included in the price(s) quoted for the work under this Section. 1 Section 02601 - 1 1 � J MCCle l land ' Desi n ervef Engineers Incorporated Foyelleville, Arkansas I r PART 2 MATERIALS 2.01 CONCRETE A. Concrete for sidewalks, pavement, and miscellaneous construction ' shall conform to ASTM,C 94, Alternate 3; and shall have a design mix proportioned for 3,00) pounds per square inch compressive strength at 28 days. Concrete: mix shall contain no less than 5-1/2 sacks of I. cement per cubic yard. 2.02 CONCRETE FORMS IA. All forms for pavement and sidewalks shall be either 2 -inch dimensioned lumber, plywood, or metal forms. ' 2.03 CURING COMPOUND A. Commercial grade confcrming to ASTM C 309, Type I. 2.04 REINFORCING STEEL A. Conform to ASTM A 615, Grade 40. ' 2.05 BASE COURSE ' A. Gravel for the base course shall be clean, hard, durable, pit -run -crushed stone which is reasonably graded from coarse to fine. Base course shall conform to Section 306 for SB-2 of the Standard Specifications for Highway Construction and compacted as specified ' herein. 2.06 GRAVEL SURFACE COURSE ' A. Gravel for the surface course shall be clean, hard, and durable, and shall be reasonably graded from coarse to fine. The surface course shall conform to Section 306 for SB-2 of the Standard Specifications for Highway Construction. 2.07 CULVERT ' A. Culvert pipe shall be galvanized corrugated metal pipe not less than 14 -gauge and shall corform to AASHTO M 36 with the added requirement that the pipe and coupling bands shall be completely coated with bituminous material conforming to ASTM D 449. Provide manufacturer's standard coupling bancs, complete. Bolts shall be galvanized. Section 02601 - 2 ' Mcciellnnd esi ned 0 rvej Consulting ` Engineers Incorporated Fayetteville, Arkansas 1 r PART 3 EXECUTION 3.01 CONSTRUCTION PROCEDURE A. Trench backfill shall be as specified in Section 02200, EARTHWORK, TRENCH EXCAVATION ANDiBACKFILL. B. Replace all bituminous pavement damaged under this Contract, with ' concrete, in accordance with the concrete repair detail. C. Replace concrete pavement damaged under this Contract with minimum of 8 -inch thickness or to conform with existing, whichever is greater. D. In addition to the requirements set forth herein, the work shall conform to the applicable workmanship requirements of the AHTD Standard Specifications referenced heretofore. 3.02 REMOVAL OF PAVEMENT, SIDEWALK, CURBS, AND GUTTERS A. Removal of all pavement, sidewalks, curbs, and gutters shall conform to Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL, and ' payment for removal shall be included in that Section. 3.03 STREET MAINTENANCE ' A: Maintain all trenches as specified under Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 3.04 EXCAVATION AND BACKFILL A. Excavation and backfill are specified in Section 02200, EARTHWORK, TRENCH EXCAVATION ANC BACKFILL. Special backfill around culvert pipe is specified with the culvert installation. ' 3.05 INSTALLATION OF CULVERT A. Install culvert where shown on the Drawings or where existing culverts are destroyed. Pipe shall be carefully bedded to provide ' uniform bearing. Coupling bands shall be installed in conformance with the manufacturer`s recommendations. Use gravel base course to a point 6 inches above pipe. Backfill remainder with base course material. Place backfill in 6 -inch lifts uniformly on both sides of - the pipe simultaneously, and thoroughly compact each lift with • mechanical tampers before placing the next lift. I. • Section 02601 - 3 Con MnGetland ing Engineers Oesi Incorporaled FayeAeville, Arkansas 3.06 PREPARATION OF SUBGRADE ' A. Bring subgrade to proper grade and cross section shown by means of a blade grader or other suitable equipment. Compact subgrade with bulldozer, roller, loaded trucks, or other suitable equipment moving uniformly .over the, surface. As the compaction of the subgrade proceeds, dig out all soft or spongy areas and fill .the resulting. holes with locally available red chert, clay gravel, or other material satisfactory to the Engineer. Dispose of excess materials resulting from grading. Do not permit heavy machinery to operate adjacent to structures where such operations may cause damage. The finished subgrade sFall provide a satisfactory base for the road and ' be acceptable to the Engineer. 3.07 BASE COURSE ' A. Spread gravel base course on prepared subgrade in a uniform layer, without segregatior of size, to such loose depth that, when compacted, the course shall have a thickness of 6 -inches.. Compact the base course to a minimum of 95 percent of the maximum density as determined by ASTM J 1557. Sprinkle base material as necessary to aid compaction.. Blade ruts and irregularities smooth during the ' compaction process intil a smooth surface, conforming to the grade shown, is obtained. 3.08 SURFACE I. COURSE TOP COURSE A. The cross section of the finished surface shall be subject to reasonable variation by the Engineer to meet the varying conditions ' encountered. Spreac the 1 -1/2 -inch minus rock to such a loose depth that, when compacted, it will be a minimum depth of 2 -inches. Compact the surface material to the same as that specified for the base course and blade until the top surface is smooth and conforms to the grade and crown requirements shown. 3.09 SURFACE RESTORATION A. Maintain all trenches as specified under Section 02200, EARTHWORK, EXCAVATION AND BACKFILL, until surface restoration is completed. 3.10 CONCRETE PAVEMENT A. Pavement replaced shall be the same thickness as that removed, except that in no instance shall it be less than a minimum of 8 inches. Protect the newly placed concrete from traffic for a period of 7 days and cure by covering with burlap, sand, earth, or sawdust, which is kept continuously wet. 1 , Section 02601 -4 1 es�� Consulfinp Engineers Inn corporatporor ed Fayetteville, Arkansas Ir B. Handle and place ccncrete pavement in accordance with the Standard Specifications for Highway Construction of the Arkansas State Highway and Transportation Department. 3.11 GRAVEL SURFACING A. Where required by: the Drawings, and where necessary to match existing surfaces, place crushed rock, gravel surfacing material, as specified herein, on streets, driveways, parking areas, street ' shoulders, and othe" gravelled areas disturbed by the construction. Spread the rock by: tailgating and supplement by hand labor where necessary. Level and grade the rock to conform to existing grades ' and surfaces. 3.12 SIDEWALKS AND CURBS 1 A. Replace concrete sidewalks and curbs to the same section width, depth, line and grade as that removed or damaged. Cut ends of existing curb to a vertical plane. Prior to replacing the sections, ' properly backfill and compact the trench to prevent subsequent settlement. ' B. Cut ends of existing curbs to a vertical plane. Construct forms to match existing. Place concrete and finish exposed surfaces similar to adjacent curb. IC. Replace concrete sidewalks between scored joints and make replacement in a manner that will avoid a patched appearance. Provide a minimum 2 -inch thick compacted gravel base course of ' quality hereinbefore specified. Finish concrete surface similar to the adjacent sidewalks. Score joints and finish edges with a steel edging tool. D. Tunneling under curbs and sidewalks is optional. However, should any subsequent cracking, subsidence, or any other indication of failure occur withii the warranty period, the damaged section shall promptly be replaced at the Contractor's sole expense. 3.13 ASPHALT DRIVEWAYS AND WALKS ' A. Replace asphalt driveways and walks in accordance with CONCRETE PAVEMENT REPLACEMENT. 3.14 CLEANUP A. Clean up all debris and unused materials from the paving operation. Clean all surfaces that have been spattered or defaced as a result of the paving' operation. Section 02601 - 5 � ' Mcueuand si iredT rm� can,W,l s . ncorpo incorporated Foystlevillo, Arkansas / 1 3.15 PAVEMENT REPLACEMENT FOR STREET UNDERCROSSINGS SHOWN TO BE BORED A. This Section of the Specifications covers the, pavement replacement requirements for any street undercrossings shown to be bored, which have to be open -cut due to solid rock conditions. ' B. All work in connection with the pavement replacement shall be done in strict accordance with the Permitter's standard specification, and the completed work must be acceptable to the agency having jurisdiction. C. Following placing tie backfill and before placing base and pavement, I. remove additional Existing leveling course and pavement to a depth of 1 foot 9 inches oelow finished grade so as to obtain a minimum of 1 -foot bearing on each side of the trench on undisturbed ground for the new base course. Saw existing pavement to remove any pavement which has been cracked, torn, or otherwise damaged during excavation and backfilling. Sawing shall be a straight line and continuous across the street sirface on both sides so that the replaced section is of a constant and uniform width. Compact granular backfill to 95 percent maximum density as determined by ASTM D 698 to a uniform level 12 inches below finished grade. D. Conform to the requirements of this Section of the Specifications concerning base and leveling courses and to the requirements of the ' Permitter. E. The concrete pavement shall be a 9 -inch thick concrete slab reinforced with 6 -gauge 6 by 6 welded wire fabric. Construction ' shall be in accordance with the applicable sections of the Permitter's standard specifications. Protect the pavement from the traffic for a period of 7 days, during which time cure by covering ' with burlap, sand, earth, or sawdust and keep continuously wet or by use of an approved curing compound. F. For asphalt concrete pavement, prime prepared surfaces to be bonded. ' Following placing of the prime coat, lay one 3 -inch hot -plant -mix bituminous surface course in compliance with the applicable sections I. of the Permitter's standard specifications. G. Gravel for shoulders shall be 3/4 -inch -minus crushed rock conforming to ROCK FOR SURFACING AND BASE of this Specification. Resurface all disturbed gravel shoulders with 2 -inches of crushed rock. 3.16 CONTRACTOR'S RESPONSIBILITY i4 I. A. The Contractor shall be fully responsible for settlement or deterior- ation of the finisied street crossing pavement during the warranty period. Section 02601 - 6 ' Mcclenane r ne 0 ervej Consulting Engineers Incorporated Foyerteville, Arkansas r B. The Owner will withhold final payment for this project until the Contractor furnishes •a satisfactory release from the Permitter stating that all clairrs for labor and materials have been satisfied and that the Contractor's work across the right-of-way has been completed to the satisfaction of the Permitter. 3.17 PAYMENT A. Payment for the work under this Section shall be based on the ' appropriate unit prices stated in the Contractor's Proposal, Payment shall be considered full compensation for furnishing all labor, materials, and equipment to complete the work as specified ' under this Section. B. Payment for replacement of gravel surface and base course shall be made as specified in Section 02200, EARTHWORK, TRENCH EXCAVATION AND 'BACKFILL. 3.18 ASPHALT CONCRETE AND PORTLAND CEMENT CONCRETE PAVEMENT REPLACEMENT A. Payment for asphalt concrete and portland cement concrete pavement will be based on the unit price per square yard stated in the ' Contractor's Proposal for the actual area replaced. Payment will be limited to a maximum width of 8 feet. All pavement damaged outside this 8 -foot limit stall be replaced at the Contractor's sole expense. The number of square yards will be measured by the ' Engineer. B. The unit prices shall include payment for excavation required to ' provide space for the surfacing, preparation of the trench, sur- facing, disposal of all excess excavated materials, and all other work required to complete the resurfacing. ' 3.19 SIDEWALK REPLACEMENT A. Payment for the replacing damaged sidewalks shall be based on the ' unit price per square yard as stated in the Contractor's Proposal. Payment will, however, be limited to sidewalks replaced within 4 feet of the pipe centerline. All sidewalks damaged outside this limit shall be replaced at the Contractor's sole expense. 3.20 PAVEMENT REPLACEMENT FOR STREET UNDERCROSSINGS SHOWN TO BE BORED ' A. In the event that an undercrossing cannot be made by boring and jacking as specified in Section 02223, STREET UNDERCROSSINGS (due to solid rock conditions) payment for -making the open -cut installation shall be the lump surr amount bid for the undercrossing and shall include all work, materials, and labor necessary to complete the installation within the limits shown on the Drawings. ' END OF SECTION Section 02601 - 7 McGelland ' e�si nedT` rvel Come rs' �-u incorporated Fayetteville, Arkansas r SECTION 03210 REINFORCING STEEL PART I GENERAL 1.01 SCOPE A. This Section covers •the work necessary to furnish and install, complete, the reinforcing steel and welded wire fabric. 1.02 GENERAL A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain informs ion and requirements that apply to the work specified herein and are mandatory for this project. 1.03 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL REQUIREMENTS. In addition, the following specific information shall be provided: 1. Bending Lists 2. Placing Drawings PART 2 MATERIALS 2.01 DEFORMED REINFORCING BARS A. Deformed billet -steel Dars conforming to ASTM A615, Grade 40. 2.02 WELDED WIRE FABRIC A. Conform to ASTM A 185 or A 497. 2.03 ACCESSORIES A. Tie wire shall be 16 -gauge, black, soft -annealed wire. Bar supports shall be of proper type for intended use. Bar supports in beams, columns, walls, and slabs exposed to view after stripping shall be small rectangular concrete blocks made up of the same color and same strength concrete being placed around them. Use concrete supports for reinforcing in concrete placed on grade. Conform to requirements of "Placing Reinforcing Bars" published by CRSI. Section 03210 - 1 Moclel loud io rwl consulrinv Engineers Incorpordred Foysrrevllle, Arkonsos I PART. 3 EXECUTION I. 3.01 GENERAL A. Conform to "Placing Reinforcing Bars", Recommended Practices, Joint Effort of CRSI-WCRSI, prepared under the direction of the CRSI Committee •on Engineering Practice. B. Notify the Engineer when reinforcing is ready for inspection and 'allow sufficient time -or this inspection prior to casting concrete. 3.02 DELIVERY AND STORAGE ' A. Deliver steel with suitable hauling and handling equipment. Tag steel for easy identi=fication. Store to prevent contact with the ground. The unloading, storing, and handling bars on the job shall conform to CRSI publication "Placing Reinforcing Bars". 3.03 PLACING REINFORCING STEEL - CLEANING A. Clean metal reinforcement of any loose mill scale, oil, earth and other contaminants. ' 3.04 STRAIGHTENING AND REBENDING REINFORCING STEEL A. Do not straighten or rebend metal reinforcement. Where construction access through reinforcing is a problem, bundling or spacing of bars instead of bending shall be used. Submit details and obtain Engineer's review prior to placing. ' 3.05 PROTECTION, SPACING, AND POSITIONING OF REINFORCING STEEL IA. Conform to the current edition of the ACI Standard Building Code Requirements for Rein-orced Concrete (ACI 318), reviewed placing drawings and design drawings. 3.06 REINFORCING STEEL - LOCATION TOLERANCE A. Conform to the current edition of "Placing Reinforcing Bars" ' published by Concrete Reinforcing Steel Institute and to the Details and Notes on the Drawings. 3.07 SPLICING A. Conform to Drawings and current edition of ACI Code 318. Splices in adjacent bars shall be staggered. Section 03210 - 2 ' NaUe4an0 ��n� Cpnsul,lnp --L.J E�Inears InWraorated Fayetteville, Arkansas Ir 3.08 TYING DEFORMED REINFORCING BARS • A. Conform to the current edition of "Placing Reinforcing Bars" • published •by Concrete, Reinforcing Steel. Institute and to the Details and Notes on the Drawings. 3.09 REINFORCEMENT AROUND OPENINGS A. Place an equivalent area of steel around• the pipe or opening and extend on each side sufficiently to develop bond in each bar. See the Details on Drawings for bar extension length each side of opening. . Where welded wire fabric .is used, provide extra • reinforcing using fabric of deformed bars. 3.10 WELDING REINFORCEMENT IA: Welding shall not b4 permitted unless the Contractor submits detailed shop drawings, qualifications, and radiographic nondestructive testing procedures for review by the Engineer. The Contractor shall obtain the results of this review prior to proceeding. The basis for the Contractor submittals shall be The Structural Welding Code, Reinforcing Steel, AWS D1.4-79, published I. by the American Welding Society and the applicable portions of ACI 318, current edition. The Contractor shall test 10 percent of all welds using radiographic, nondestructive testing procedures referenced in this code. 3.11 PLACING WELDED WIRE FABRIC A. Extend fabric to within 2 inches of the edges of the slab, and lap splices at least 1-1/2 courses of the fabric and a minimum of 6 inches. Tie laps and splices securely at ends andat least every 24 ' inches with 16 -gauge black annealed steel wire. Ensure that the welded wire fabric is placed at the proper distance above the bottom of the slab. Conform also to ACI 318-77 and to the current Manual of Standard Practice, fielded Wire Fabric, by the Wire Reinforcement ' Institute regarding placement, bends, laps, and other requirements. 3.12 FIELD BENDING A. Field bending of reinforcing steel bars is not permitted when rebending will later be required to straighten bars. Rebending of ' bars at the same place where strain hardening has taken place due to the original bend will damage the bar. Consult with the Engineer prior to any pour if the contractor foresees a need to work out a solution to prevent field bending. - 1 [1 Section 03210 - 3 ' Engineers nnwl esr rvel rs Inccepers earaoraled FairefleviUe, Arkansas r 3.13 PAYMENT A. Payment for the work in this Section will be included as part of the applicable lump um or unit price bid amounts stated in the Proposal. END OF SECTION Section 03210 - 4 L McClelland ew �0 To rve� Consulting Engineers Incvporated Fayetfevllls, Arkansas i. PART I GENERAL SCOPE 1.01 A. This Section complete, the B. See Part 3, REQUIREMENTS, to the work s SECTION 03300 • CONCRETE covers the work' necessary to furnish and install, cast -in -place concrete, including formwork. CONDITIONS OF. THE CONTRACT, and Division 1, GENERAL which contain information and requirements that apply )ecified herein and are mandatory for this project. 1.02 SUBMITTALS DURING CONS -RUCTION A. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL REQUIREMENTS In addition, the following specific information shall be provided: - 1. Concrete Mix Design 2. Certification for Aggregate Quality 1.03 PLANT INSPECTION A. The Engineer shall have access to and have the right to inspect all batch plants, cement mills, and supply facilities of suppliers, manufacturers, subcontractors, and contractors providing products included in these Specifications. Batch plants shall have current certification that al' weighing scales have been tested and are within the tolerances as set, forth in the National Bureau of Standards Handbook No..44. B. Batch plant equipment shall be either semiautomatic or fully automatic. 1.04 RELATED WORK SPECIFIED IN OTHER SECTIONS A. Section No. I Item 02223 Street Undercrossings 02601 Asphalt, Concrete and Gravel Surface Restoration 03210 Reinforcing Steel Section 03300 - 1 19 IJ �Mcclellond „t and To Serve/ consulting Engineers Incorporated Fayetteville, Arkansas / � 1 PART.2 PRODUCTS - 2.01' CEMENT A. Cement type, will be submitted by the Contractor for the Engineer's approval. 2.02 WATER A. Clean and free from oil; acid, alkali, organic matter, or other deleterious substances'. 2.03 CONCRETE AGGREGATES- 3ENERAL A. Natural aggregates, free from deleterious coatings, conforming to ASTM C33, together witi all referenced ASTM Standard Specifications, except as modified herein. Aggregates shall not be potentially reactive as defined in Appendix XI of ASTM C33. The Contractor's attention is directed also to Paragraph 51.1 of Appendix XI of ASTM C 33 since evidence of reactive problems on existing structures shall be used also to prove that sources of aggregates are reactive and cannot be used. The Contractor shall be responsible for meeting these Specifications and shall import nonreactive aggregates if local aggregates are reactive. Aggregates shall be thoroughly and uniformly washed before use. 2.04 FINE AGGREGATES A. Conform to ASTM C33. Materials finer than the 200 sieve shall not exceed 4 percent. Use only clean, sharp, natural sand. 2.05 COARSE AGGREGATE A. . Use only natural gravels, a combination of gravels and crushed gravels, crushed stone, or a combination of these materials containing no more than 15 percent float or elongated particles (long dimension more than five times the short dimension). Materials finer than the 200 sieve shall not exceed 0.5 percent. 2.06 GROUTS - NONSHRINK A:- - Nonshrink grout for general use where required, shall conform to the Corps of Engineers' Specification for Nonshrink Grout, CRD-C621-81, and to these Specifications. The grout shall be subject to prequa-lification tests performed by the grout manufacturer. The results of the tests shall be submitted to and evaluated by the Engineer ad included in this Specification prior to bidding to be acceptable. The tests shall be performed in an independent test laboratory or other prearranged location approved by the Engineer to Section 03300 - 2 J MKlslland r ned io rve� ConsulOnp Engineers Incorporated Fayettevllle, Arkansas I verify fluidity, placement, shrinkage, and strength. Actual placement tests usiig steel baseplates will be used. The 'manufacturer, shall furnish all baseplates and material, and shall perform the testing.at his expense. B.. Grout shall -be a fluid grout capable of satisfactorily meeting the Engineer's baseplate test and shall be nonmetallic, unless specified for special use hereinafter. The grout shall be a nongas-liberating type, cement base product; premixed product requiring only the addition of water for the required consistency. All components shall be inorganic. No material, except water, shall be added at the project site. ' C. The grout product shall satisfy all of the above requirements even though the project use calls for a dry pack consistency and use. ' D. The following listed grouts are the only materials that have been tested; reviewed, and prequalified by the Engineer, that meet these requirements, and are acceptable for general use such as grouting of equipment supports. 1. SET nonshrinking grout, Master Builders Co., Cleveland, Ohio 2. Crystex, L &M Construction Chemicals, Inc., Omaha, Nebraska E. For grouting baseplates for machinery, see Category I and Category II grouts hereinafter specified. F. The grout used shall be cured as recommended by the grout manufacturer. 2.07 FORM MATERIAL - GENERA. A. Form surfaces shall be in "new and undamaged" condition and may be plywood, hard plastic finished plywood, overlaid waterproof particle board, and steel of sufficient strength and surface smoothness to produce the specified finish. B. All joints in forms shall be taped, gasketed, plugged, and/or •caulked with an apprcved material so that the joint will remain ' watertight and withstand placing pressures without bulging outward or creating surface patterns. Formwork with gaps and apertures in the form surfaces shall not be used. Form surfaces that have been ' damaged and are no longer in a smooth "new and undamaged" condition shall not be reused 'except in areas where finish is of no real concern and then only after written approval is obtained from the Engineer. C. The Contractor shall comply with all form tie requirements included in the various sections of this Specification, and shall submit shop 1 Section 03300- 3 ' \ ' MnC/e ❑and • fanwlrinp ` Erpineers Inoorporafee £ayefreville, Arkansas I , drawing information for review by Engineer and obtain approval prior to purchase of forms. ; ' 2.08 FORM TIES A. Form ties on exposed surfaces shall be located in a uniform pattern ' or as indicated on the Drawings. Form ties shall be constructed so that the tie remains embedded in the wall, except for a removable portion at each end. :orm ties shall have conical or spherical type ' inserts, inserts shall be fixed so that they remain in contact with forming, material, and shall be constructed so that no metal is within 1 inch of the concrete surface when the forms, inserts, and tie ends are removed.Wire ties will not be permitted. Ties shall withstand all pressures and limit deflection of forms to acceptable limits. B. Flat bar ties for panel forms shall have plastic or rubber inserts having a minimum depth of 1 inch and sufficient dimensions to permit proper patching of the tie hole. ' 2.09 BOND BREAKER IA. Bond breaker shall be a nonstaining type, which will provide a positive bond prevention such as Williams Tilt -Up Compound, as manufactured by Williams Distributors, Inc., Seattle, WA; Silcoseal 77, as manufactured by SCA Construction Supply Division, Superior ' Concrete Accessories, Franklin Park, IL; or equal. Submit review copies of manufacturer's data, recommendations, and instructions for specific use on this project. 2.10 CURING COMPOUND A. Curing compound to conform to the requirements of ASTM C309, with the additional requirement that permeability not exceed 0.039 gm/square cm/72 hours. Masterseal, manufactured by Master Builders, Cleveland, Ohio; Euco Floor Coat, manufactured by Euclid Chemical ' Co., Cleveland, Ohio; or equal. Curing compounds shall be compatible with required finishes and/or coatings. Tests for compliance shall be made by manufacturer with certification furnished by the Contractor. Manufacturer's certification shall state quantity or coverage required to meet or exceed tests and method of application. The manufacturer shall submit certification that the product meets ASTM C309 and the additional permeability requirement, and shall specifically state the coverage required to meet these requirements. The Contractor shall not use the curing compound where additional finishes such as hardeners, paintings, ' staining, and other special coatings are required. Use water curing as hereinafter specified instead. Section 03300 - 4 mnne Conw Engineers lncarOoraree Fayeveville, Arkansas h r ' PART 3 EXECUTION 3.01 DESIGN OF CONCRETE MIX - PROPORTIONS (GENERAL) A. Before beginning any concrete work, the Contractor shall have the concrete mix.designed,and the ingredients selected and proportioned -.byan approved inependent testing laboratory meeting the requirements of ASTM E 329. Certified copies of all laboratory trial mix reports shall be sent to the Engineer from the testing I. laboratory. Do not place concrete prior to. the Engineer's review and acceptance in writing of the concrete mixes and the cylinder test results from these laboratory mixes. ' B. The concrete mix shall be designed so that the proportions will produce results that will meet the requirements of the project. IC. The concrete shall to proportioned in accordance with ACI 211 subject to the following specifications. D. Design the mix and perform tests to meet the following requirements: 1. Design strength of structural concrete shall be 3,000 psi at 28 1. days. The combined aggregate grading shall be for the 1 inch grading combinatiDn hereinafter specified, unless otherwise shown on the Drawiigs or specified herein. 2. The water -cement ratio or water -cement plus pozzolan ratio, if applicable, shall not exceed 0.49 by weight, unless otherwise approved in writing by the Engineer. 3. Minimum cement content or combined cement plus fly ash content when fly ash is used for performance and longevity, regardless I. of design strength, shall be 517 pounds per cubic yard for concrete with 1 -1/2 -inch maximum size aggregate, 540 pounds per cubic yard for 1 -inch maximum size aggregate, and 564 pounds per cubic yard for 3/4 -inch maximum size aggregate. The Contractor I. shall increase cement content or the combined cement plus fly ash content, when fly ash is used, as required to meet strength requirements. ' The amount of fly ash used shall not exceed 25 percent or be less than 15 percent of the total weight of fly ash plus cement. Verify that design mix test results reflect the slump to be used. I 4. Concrete used for thrust blocks and encasement of pipelines shall have a design strength of 2,000 psi at 28 days. ' Section 03300 - 5 ' Mapeiiand euConsulting Engineers inCorp orated Fayette vHie, Arkansas r 3.02 MEASUREMENT OF MATERIALS AND MIXING IA. Conform to ACI 304 current edition and to other requirements hereinbefore specified for mix design, testing, and quality control. and to these Specifications. ' 3.03 RETEMPERING A. The retempering of concrete or mortar in which the cement has ' partially hydrated will not be permitted. 3.04 REUSE OF FORMS A. Reuse of forms will be permitted only if a "like new" condition, unless otherwise apprcved in writing, is maintained.. The Engineer ' shall be notified one full working day prior to concrete placement so that the forms can be inspected. The Contractor shall correct any defective work, found in the Engineer's inspection, prior to delivery of concrete to the project. Formwork surfaces that were in good condition and accepted for use, but were damaged during removal and handling shall not be reused on additional pours. The Contractor is expected to take care in the handling of forms and to ' obtain approval of form surfaces prior to each reuse. B. All forms, falsework, shoring, and other structural formwork required shall be structurally designed by the Contractor and the design shall comply with all applicable safety regulations, current OSHA regulations, and other codes. Comply with applicable portions of ACI 347, ACI 318 current edition, and these Specifications. All ' design, supervision, and construction for safety of property and personnel shall be the Contractor's full responsibility. 3.05 FORM TOLERANCES A. Forms shall be surfaced, designed, and constructed to meet ACI 318 and the following minimum requirements for the specified finishes. ' Failure of the forms to produce the specified requirements will be grounds for rejection )f the concrete work. Rejected work shall be repaired or replaced by the Contractor at no additional cost to the ' Owner. All repair or replacement shall be subject to these Specifications and tie approval of the Engineer. Where the Contractor's work does not meet the tolerance specifications he shall submit his proposed method to upgrade the specified finish to compensate for the inferior appearance or to repair or provide an acceptable alternate solution. Obtain in writing the approval of this repair or alternate solution before proceeding. All repair ' work or work on an alternate solution required shall be at no additional cost to the Owner. 1 Section 03300 - 6 'Mcci ' ConsuSting nd n rvel Engineers Incorporated Fayette ville, Arkansas r 3.06 FORM SURFACE PREPARATION - GENERAL ' A. All form surfaces in contact with the concrete shall be thoroughly cleaned of all previous concrete, dirt, and .other surface contaminants prior to, preparing by the applicable method below. Do I. hot reuse damaged form surfaces. 3.07 EXPOSED WOOD FORMS I. A. All wood surfaces in contact with the concrete shall be coated with an effective release agent prior to form installation. The release agent shall be nonstaining and nontoxic after 30 days. ' 3.08. STEEL FORMS A. Mill scale and other ferrous deposits shall be sandblasted or ' otherwise removed from the contact surface of forms. All forms shall have the contact surfaces coated with a release agent. The release agent shall be effective in preventing discoloration of the ' concrete from rust, ani shall be nontoxic after 30 days. 3.09 BEVELED EDGES (CHAMFER) ' A. Form 3/4 -inch bevels at all concrete edges. Round edges at top of. walls, slabs, and beams as hereinafter specified under Paragraph CONCRETE SLAB FINISHES. Where beveled edges on existing adjacent ' structures are other than 3/4 inch, obtain Engineer's approval of size prior to placement of bevel form strip. ' 3.10 REMOVAL OF FORMS A. The Contractor shall be responsible for all damage resulting from improper and premature removal of forms. Satisfy all applicable OSHA requirements with regard to safety of personnel and property. B. Forms and shoring for elevated structural slabs or beams shall ' remain in place in accordance with ACI 318, Chapter 6, and until the concrete has reached a compressive strength equal to the specified 28 -day compressive strength as determined by test cylinders, unless Ian earlier time is approved in writing by the Engineer. Removal of all supports prior to obtaining adequate field cured cylinder results and reshoring shall not be permitted. ' 3.11 BACKFILL AGAINST WALLS A. Do not place earth backfill against walls until the concrete has obtained a compressive strength equal to the specified 28 -day compressive strength. Where backfill is to be placed on both sides of the wall, the. backfill shall be placed simultaneously on both sides, to prevent differential pressures. Section 03300 - 7 1 ' MCclenantl �� � rn� Cones leis ns Incurporooraletl Fay.HevOle, Arkansas r 3.12 PLACING CONCRETE - GENERAL IA. Upon completion of farms and placing of reinforcing steel, and before.;concrete is placed, notify other trades whose work is in any way connected to, combined with, or influenced by the concrete work. Allow -them reasonable,time.to complete their portion of work which ' must be completed before concrete is placed. B. Notify Owner or his authorized representative at least 1 full ' working day in. advance before starting to place concrete to permit inspection of forms, reinforcing, sleeves, conduits, boxes, inserts, or other work required to be installed in concrete. ' C. Placement shall conform to the requirements and recommendations of ACI 304, except as modified herein. ID. Place concrete as soon as possible after leaving mixer, without segregation or loss of ingredients, without splashing forms or steel above, and in layers not over 1.5 feet deep. The vertical free fall ' drop to final placement shall not exceed 5 feet for walls narrower than 8 inches, and 8 feet for walls 8 inches and wider. ' E. When placing concrete, use of aluminum pipe or other aluminum conveying devices will not be permitted. F. Before depositing concrete, remove debris from the space to be ' occupied by the concrete. Prior to placement of concrete, dampen gravel fill under slabs on ground, dampen sand where vapor barrier is specified, and damDen all wood forms. Reinforcement shall be ' secured in position and acceptable to the Engineer before concrete is placed. Conform to ACI 304 and to other requirements needed to obtain the finishes specified. ' 3.13 CONVEYOR BELTS AND CHUTES A. All ends of chutes, hopper gates, and all other points of concrete discharge throughout the Contractor's conveying, hoisting, and placing system shall be so designed and arranged that concrete passing from them will not fall separated into whatever receptacle immediately receives it. Conveyor belts, if used, shall be of a type approved by the Engineer. Chutes longer than 50 feet will not be permitted. Minimum slopes of chutes shall be such that concrete of the specified consistency will readily flow in them. If a conveyor belt is. used, it shall be wiped clean by a device operated in such a manner that none of the mortar adhering to the belt will be wasted. All conveyor belts and chutes shall be covered. Sufficient illumination shall be provided in the interior of all forms so that the concrete at the places of deposit is visible from the deck or runway. Section 03300 - 8 MCCle Hand xi nedT rM/ Consulting Engineers Incorporated Foyerfevilie, Arkansas 1 1 I. 1 1 I. 1 I. 3.14 PUMPING OF CONCRETE - GENERAL A. Pumping of concrete will be permitted only with the Engineer's approval. If the pumoed concrete does not produce satisfactory end • results, the Contractor shall discontinue the pumping operation and • proceed with the placing of concrete using conventional methods. 3.15 REMOVAL OF WATER A. .Unless the tremie method of placing concrete is specified, remove all water from the space to be occupied by the concrete, 3.16 CONSOLIDATION AND VISUAL OBSERVATION A. Concrete shall be consolidated with internal vibrators having a frequency of at least 8000 vpm, with amplitude required to consolidate the concrete in the section being placed. At least one standby vibrator in operable condition shall be at the placement site prior to placing the concrete. Consolidation equipment and methods shall conform to ACI 309. The forms shall contain sufficient windows or be limited in height to allow visual observation of the concrete and the vibrator operator shall be required to see the concrete being consolidated to ensure good quality workmanship, or the Contractor shall have a person who is actually observing the vibration of the concrete at all times and advising the vibrator operator of any changes needed to assure complete consolidatior. 3.17 PLACING CONCRETE IN HCT WEATHER A. Prepare concrete aggregates, mixing water, and other ingredients; place concrete; cure; and protect in accordance with the requirements of ACI 305. Provide special admixtures and special curing methods required by other paragraphs in this Section even though not required by ACI 305 and ACI 318. Water -reducing and/or set -retarding admixtures shall be used in such quantities as especially recommended by the manufacturer to assure that the concrete is workable, and lift lines will not be visible in architectural concrete finishes. B. Every effort shall be made to maintain a concrete temperature below 90 degrees F at time of placement. Ingredients shall be cooled before mixing to prevent excessive concrete temperature. C. Provisions shall be made for windbreaks, shading, fog spraying, sprinkling, or wet cover, when necessary. Section 03300 - 9 Maaellana consulting -� Engineers nnersa0 Fayette yule, Arkansas If 3.18 PLACING CONCRETE IN COLD WEATHER A. Do not place concrete when the ambient temperature is below 40 degrees F, or approaching 40 degrees F and falling, without special protection as hereinafter specified. No concrete shall be placed against frozen earth o- ice, or against forms and reinforcement with frost or ice present. B. Temperatures of the concrete mix shall be as shown below for various stages of mixing, placing of the concrete mix. CONCRETE TEMPERATURES Section size, minimum dimension, inch Air Temp. 12 in. 12-36 inches 36-72 inches 72 inches Minimum concrete temperature as mixed for indicated weather: Above 30 F 60 F 55 F 50 F 45 F 0 to 30 F 65 F 60 F 55 F 50 F Below O F 70 F 65 F 60 F 55 F Maximum allowable gradual temperature drop in first 24 hours after end of protection: 50 F 40 F 30 F 20 F C. Concrete placed shall be cured and protected as hereinafter specified for a minimum of 7 days except that the strength requirements may requ-re additional protection and curing during cold weather due to delayed field strength gain. D. During cold weather concreting the Contractor shall cast six extra test cylinders, for field curing, from the last 100 cubic yards of concrete but not fewer than three specimens shall be cast for each 2 hours of placing time or for each 100 yards, whichever produces greater number of specimens. These specimens shall be in addition to those cast by the Engineer for lab testing as specified hereinafter in Paragraph EVALUATION AND ACCEPTANCE OF CONCRETE. E. Test cylinders shall be protected from the weather until they can be placed under same protection provided for the parts of the structure which they represent. Test cylinders shall be tested in accordance with applicable sections of ASTM C 31 and C 39. Evaluation and acceptance as per ACI 318-77, Paragraph 4.8.3. Section 03300 - 10 J McClelland �dT of Corp suiting Engineers Incorporated Faystlevllle, Arkansas ' r F. The actual temperature of the concrete surface determines the effectiveness of protection, regardless of air temperatures or ' whether the objective is durability or strength. Because corners and edges of concrete are most vulnerable, to freezing and usually are more difficult tc maintain at the, required temperature, their temperatures should be monitored to evaluate and verify the -protection provided. The- Contractor shall provide -a sufficient number of thermometers to be placed on the concrete surfaces spaced throughout the work to allow inspection and monitoring of concrete ' surface temperatures representative of all the work. G. Heating units should be vented and not 'be permitted to heat or dry the concrete locally. Fresh concrete exposed to carbon dioxide (CO2) gas from polluted atmospheres or resulting from the use of salamanders or other heating devices which exhaust flue gases directly into an enclosed area may result in concrete carbonation, causing soft surfaces of varying depths depending on the concentration of carbon dioxide, the temperature at which the concrete was cured, and the relative humidity. Carbon monoxide, ' which can occur with partial combustion, and high levels of carbon dioxide are potential hazards to workmen. Moreover, strict fire prevehtion measures should be enforced. Concrete at any age can be ' damaged by fire, but at a very early age it may be additionally damaged by freezing until new protection can be provided. H. Maintain curing conditions which will foster normal strength ' development without excessive heat, and without critical saturation of the concrete at the close of the protection period. II. Limit rapid temperature changes, particularly before strength has developed sufficiently to withstand temperature stresses. Sudden chilling of concrete surfaces or exterior members in relation to interior structure can promote cracking to the detriment of strength and durability. At the end of the required period, protection should be discontinued in such a manner that the drop in temperature of any portion of the concrete will be gradual and will not exceed, ' in 24 hours, the amount shown in the table hereinbefore specified. 3.. Maintain the temperature of the concrete above 50 degrees for a ' minimum of 7 days. TFe Contractor shall submit his detailed plan for cold weather curing and protection of all concrete that is to be placed and/or cured in weather below 40 degrees F. Reference may be made to the recommendations of ACI 306 and ACI 318 for additional information. Conform to these Specifications and to any additional information in ACI 306 dhich will provide the temperature protection and curing for the 7 -day period. 'H Section 03300 - 11 McClelland Consuming rve/ Engineers Incorporated Fayetteville, Arkansas I r K. Additives for the sole purpose of providing. "freeze. protection" shall not be used. Additives to shorten the cure time may be used t if approved; however, the concrete shall be placed and cured at all times at temperatures above freezing as hereinbefore specified. ' 3.19 BONDING TO NEW CONCRETE HORIZONTAL CONSTRUCTION JOINTS A. Roughen the surface of the hardened concrete. Thoroughly clean and saturate with water, cover the horizontal surfaces only with at least 2 inches of grout, as hereinbefore specified, and immediately place concrete. New concrete is defined as less than 60 days old. Limit the concrete lift placed immediately on top of the grout to 12 ' inches thick and thoroighly vibrate to mix and consolidate the grout and concrete together. Provide inspection windows to allow close visual inspection of this work. ' 3.20 BONDING TO OLD CONCRETE A. Coat the contact surfaces with bonding agent specified hereinbefore. ' The method of preparation and application of both the bonding agent and the grout shall conform to the manufacturer's printed instructions and recommendations for specific application for this ' project. Obtain this recommendation in writing from the manufacturer's represertative. I 3.21 EVALUATION AND ACCEPTANCE OF CONCRETE A. Conform to ACI Standard Building Code requirements for reinforced concrete (ACI 318-83), Section 4.7, "Evaluation and Acceptance of Concrete", and to the following specifications: 1. The Contractor will have tests made by an independent testing ' laboratory, approved by the Owner, to determine compliance with the Specifications. The Contractor shall furnish necessary labor to assist testing agencies in obtaining, handling, and• protecting and/or caring samples at the jobsite. The Contractor shall provide adequate facilities for safe storage and proper curing of concrete test cylinders on the project site for the first 24 hours, and for additional time as may be required I. before transporting to the test lab. Specimens will be made, cured, and tested in accordance with ASTM C 31 and ASTM C 39. ' 2. One set of test cylinders for each class of concrete placed each day shall be taken tot less than once a day, nor less than once for each 100 cubic yards of concrete, nor less than once for each 3,000 square feet of wall or slab surface area. Each set ' of test cylinders stall consist of one cylinder to be tested at 7 days, one cylinder to be tested at 28 days, and one spare Section 03300 - 12 J LI MCCle)land Ln Engineers gineer Incorpororaoraled 'aye"evllle. Arkansas r I I L cylinder for 28 day test if necessary. The Contractor may take any additional cylinders he feels necessary. The frequency of testing may be increased if necessary. Additional testing, if required, will be paid by the Owner. Where the term "building officialr is used in Section 4.7 of AC! 318-83, the term shall be redefined to "the Owner's representative". ' 3.22 DEFECTIVE AREAS A. Remove all defective concrete such as honey -combed areas and rock ' pockets out to sound .concrete. Small shallow holes caused by air entrapment at the surface of the forms shall not be considered defects unless the amcunt is so great as to be considered not the standard of the industry and due primarily to poor workmanship. If ' chipping is required, the edges shall be perpendicular to the surface. Feather edges shall not be permitted. The defective area shall be filled with a nonshrink, nonmetallic grout. Use an ' approved bonding agent on horizontal patches prior to placing nonmetallic, nonshrink grout. Since some bonding agents may not be compatible for some vertical surface patching techniques, submit all proposed methods for repair of vertical surfaces prior to ordering materials. The Contractor shall consult with representatives of the bonding agent manufacturer and the nonshrink grout manufacturer, and obtain a written recommendation for the patching of defective areas. ' Submit this information for review prior to performing the work. 3.23 CONCRETE SLAB FINISHES IA. The excessive use of "jitterbugs" or other special tools designed for the purpose of forcing the coarse aggregate away from the ' surface and allowing a layer of mortar to accumulate will not be permitted on any slab finish. The dusting of surfaces with dry materials will not be permitted. Slabs and floors shall be thoroughly compacted by vibration. All edges of slabs and tops of ' walls shall be rounded off with a steel edging tool, except where a cove finish is indicated on the Drawings. Steel edging tool radius shall be 1/4 inch for all slabs subject to wheeled traffic. 3.24 CURING OF CONCRETE A. Cure concrete by keeping the surface continuously wet for 7 days ' where normal portland cement is used, or 3 days where high -early strength Type III cement is used. Subject to approval by the Engineer, one of the following methods shall be followed: 1. Concrete forms shall be left in place and kept sufficiently damp at all times to prevent opening of the joints and drying of the ' concrete; or Section 03300 - 13 � J — McClelland �rnos Consulting Engineers ' A i maarooraree Fayseteville, Arkansas PT LJ 2. A curing compound as hereinbefore specified, where allowed, shall be applied immediately after removal of forms. 3. Exposed surfaces shall be continuously sprinkled. ' B. Slabs: 1. Protect surface by ponding; or 2. Cover with burlap or cotton mats kept continuously wet; or 3. Cover with 1 -inch layer of wet sand, earth, or sawdust, and keep ' continuously wet; or 4. Continuously sprinkle the exposed surface; or • 5. Other agreed upon method that will provide that moisture is present and uniform at all times on the entire surface of the slab; the Contractor shall determine the best method of his ' operation to ensure a good water cure and submit this for review. 3.25 CURING AND PROTECTION IN COLD WEATHER A. Conform to cold weather concreting hereinbefore specified and to ACI 306. Where water curing, as specified hereinbefore for slabs, is not possible, use a double coverage of an approved curing compound and protect the slabs during the cold weather from traffic by the use of Visqueen or other material inside the required heated ' enclosure if foot traffic is permitted on the slabs. Repair or replace concrete damaged by cold weather. ' 3.26 PAYMENT A. Payment for the work in this Section will be included as part of the applicable lump sum and unit price bid amounts stated in the 'Proposal. B. No separate payment shall be made for concrete used as pipe fitting thrust blocks. The cost of thrust blocks shall be included in the payment for the cast iron fittings and the payment for pipe for PVC fittings. C. No separate payment will be made for concrete used around valve boxes or at the ends of casing pipe. D. Separate payment will be made for concrete for pipe encasement only. Payment will be made at the unit price bid for concrete encasement for material placed witlin the limits defined by the details on the 1 Section 03300 - 14 /lane •Con,ul ' �� ConwlUnp t' as �' Engineers ♦`� Incorporated "yetfevilla. Arkansas r Drawings and authorized by the Engineer. Concrete placed outside detailed and authorized limits will not be considered for payment purposes. ,END OF SECTION Section 03300 - 15 \ IAd I J r SECTION 15001 PIPING - GENERAL IPART I GENERAL I I I H El I L 1.01 SCOPE A. This Section covers he work necessary to furnish and install, complete, the plant 'piping specified herein, and as further specified in the Detail Piping Specifications hereinafter. 1.02 GENERAL A. B. 1.03 A. 1.04 Like items of material provided hereunder shall be the end products of one manufacturer. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain informati n and requirements that apply to the work specified herein and ar mandatory for this project. PIPE FITTINGS AND COUPL To assure uniformity : piping systems, fitting same manufacturer. SUBMITTALS DURING CONS COMPATIBILITY compatibility of piping components in and couplings shall be furnished by the ON A. In addition to the requi ements of Section 01300, SUBMITTALS DURING CONSTRUCTION, Division 1, GENERAL REQUIREMENTS, the following information shall be provided: 1. Shop Drawings: A sp cific selection of pipe material and joint type for each pipelin . 2. Thrust blocking or pipe restraints shall be provided for all mechanical joint or "push -on joint" piping, unless otherwise approved by the Engi eer. All thrust blocking shall meet or exceed the requiremen s shown on the Drawings. For locations where thrust ties ar required, the Contractor shall submit calculations of the pipe lengths to be restrained for the Engineer's review. Restrained joints shall comply with ANSI/AWWA A21.51/C151. 3. Submit manufacturer's written certification that the factory -applied coat ng system(s) is identical to the requirements specifie herein. Where, in the manufacturer's � McClelland Consulting Engineers Inca -paroled Arkansas Section 15001 - I I opinion, the coating system(s) exceeds the requirements specified herein, submit complete technical literature of the proposed system(s) to the Engineer for review. P:: et11IJ*1 2.01 GENERAL A. The materials to be used for the piping systems are shown on the Drawings. 2.02 PIPE JOINTS FOR EXPOSED PIPING A. Flanged, weld, soldered, or screwed end pipe joints shall be used on exposed piping. Changes in pipe joints shall be submitted with the shop drawings, as specified hereinbefore, for the Engineer's approval. 2.03 PIPE ENDS FOR BURIED PIPING A. Mechanical joint or push -on joint pipe ends shall be used for all buried ductile iron pipe. Joints for buried pressure pipe shall be America Cast Iron Pipe Co.; Lok-Fast type joints; U.S. Pipe and Foundry Co.; Lok-Tyton or Lok-Tyte type joints; or equal, or mechanical joint or push -on joint with thrust bearing. Anchoring of retainer glands with setscrews is not acceptable. B. Within the limitations noted above, all pipe materials and joints do not necessarily have to be the same for all lines in a specific service, except that the materials and joints for any particular building, or between any two buildings, or for any particular buried line, shall be the same. 2.04 GALLERY AND TRENCH PIPING EXPANSION PROVISIONS A. All piping in galleries and trenches must be installed to allow for thermal expansion due to the differences between installation and operating temperatures. 2.05 METALLIC PIPING SYSTEMS A: Flexible Couplings: Except as noted, flexible couplings for use with steel pipe shall be Dresser, Style 38; Rockwell, Style 411; or equal. Flexible couplings for use with ductile iron pipe shall be Dresser, Style 53 or 153; Rockwell, Style 431; or equal, with zinc -plated bolts and nuts. Thrust ties shall be provided as required and shown to sustain the force developed by 1-1/2 times the operating pressure specified. Section 15001 - 2 C Moclelland Conwr,ina Pi rvei Engineers incorporated Fayetteville, Arkansas 1 I. 1 1 1 1 1 1 1 I B. Transition Couplings: Transition couplings used to connect pipes with small differences in outside diameter shall be Dresser, Style 162; Rockwell, 413; or equal. C. Flanged Coupling Adapters: Flanged coupling adapters shall be Series 912 for ductila iron piping and Series 913 for steel piping, as manufactured by Rockwell International; or Style 127 for ductile iron piping and Style 128 for steel piping, as manufactured by Dresser Industries, :nc.; or equal. Couplings shall be provided with thrust ties attached to the pipe with welding lugs, cast -in -place lugs, or friction collars. Anchor studs placed perpendicular to the longitudinal axis of the pipe are unacceptable. Thrust protection shall be adequate to sustain the force developed by 1-1/2 times the operating pressures specified. PART 3 EXECUTION 33.01 PIPE PREPARATION AND FANDLING A. Each pipe and fitting shall be carefully inspected before the exposed pipe or fitting is installed or the buried pipe or fitting is lowered into the trench. The interior and exterior protective coating shall be inspected. Clean ends of pipe thoroughly. Remove foreign matter and dirt from inside of pipe and keep clean during and after laying. 6. Use proper implements, tools, and facilities for the safe and proper protection of the pip?. Carefully handle pipe in such a manner as to avoid any physical damage to the pipe. Do not drop or dump pipe into trenches under any circumstances. . 3.02 PREPARATION OF TRENCH - LINE AND GRADE A. Grade the bottom of the trench by hand to the line and grade to which the pipe is to be laid, with proper allowance for pipe thickness and for pipe base when specified or indicated. Remove hard spots that would prevent a uniform thickness of bedding. Before laying each section of the pipe, check the grade with a straightedge and correct any irregularities found. The trench bottom shall form a continuous and uniform bearing and support for the pipe at every point between bell holes, except that the grade may be disturbed for the removal of lifting tackle. 3.03 BELL (JOINT) HOLES A. At the location of each joint, dig bell (joint) holes of ample dimensions in the bottom of the trench and at the sides where necessary to permit easy visual inspection of the entire joint. Section 15001 - 3 I .NaQelwne Corp sulrin Engineers Incorporated oraNa Fayetteville, Arkansas I r 3.04 REMOVAL OF WATER IA. Provide and maintain ample means and devices at all times to remove and dispose of all water entering the trench during the process of pipe laying. The trench shall be kept dry until the pipe laying and jointing are completed. Removal of water shall be in conformance with specifications in Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 3.05 PREVENT TRENCH WATER AND ANIMALS FROM ENTERING PIPE A. When the pipe laying is not in progress, including the noon hours, ' the open ends of pipe shall be closed, and no trench water, animals, or foreign material shall be permitted to enter the pipe. 3.06 PIPE COVER ' A. Minimum pipe cover shall be 3 feet over the top of the pipe. ' 3.07 LAYING BURIED PIPE A. All buried pipe shall be prepared as hereinbefore specified and shall be laid on the prepared base and bedded to ensure uniform bearing. No pipe shall be laid in water or when, the in the opinion of the Engineer, trench conditions are unsuitable. Joints shall be made as herein specified for the respective types. Take all ' precautions necessary to prevent uplift and floating of the pipe prior to backfilling. ' B. Where the pipe is connected to concrete structures, the connection shall be made as shown. Make connection such that a standard pipe joint is located no more than 18 inches from the structure. 3.08 INSTALLATION OF FLEXIBLE COUPLINGS, FLANGED COUPLING ADAPTERS, AND SERVICE SADDLES IA. Prior to installation, thoroughly clean oil, scale, rust, and dirt from the pipe to provide a clean seat on the gasket. Care shall be taken that the gaskets are wiped clean before they are installed. ' If necessary, flexible couplings and flanged coupling adapter gaskets may be lubricated with soapy water or manufacturer's standard lubricant before installation on the pipe ends. Install in ' accordance with the manufacturer's recommendations. Bolts shall be tightened progressively, drawing up bolts on opposite sides a little at a time until all bolts have a uniform tightness. Workmen tightening bolts shall use torque -limiting wrenches. IL Section 15001 - 4 19 J I � MOGepand esi 10 reel Congo lting ` Engineers incorporated Fayettevie, Arkansas I 1 I 1 B. Use flexible couplings for connecting PVC pipe to galvanized iron pipe, at all connection points. Threaded PVC couplings will not be allowed. 3.09 INSTALLATION OF INSULATING FLANGES, COUPLINGS, AND UNIONS A. Install insulating flanges, couplings, or unions wherever copper and ferrous metal piping are connected, wherever cathodically protected steel lines enter buildings, wherever submerged metallic piping is connected to unsubmerged piping, and where shown on the Drawings. All submerged metallic piping shall be isolated from the concrete reinforcement. 3.10 TESTING - GENERAL A. Conduct pressure and leakage tests on all newly installed pipelines. Furnish all necessary equipment and material and make all taps in the pipe, as required. The Engineer will monitor the tests. Test pressures shall be 150% of normal operating pressures except where governing codes or regulations specify higher test pressures, or as otherwise specified. B. The minimum test pressure at any point in the system shall be 165 psi. The maximum test pressure at low points on the system shall be 200 psi. Do not exceed 200 psi on 2 -inch, SDR-21 PVC. ' 3.11 TESTING NEW PIPE WHICH CONNECTS TO EXISTING PIPE I I J I A. New pipelines which are to be connected to existing pipelines shall be tested by isolating the new pipe with the required valves or with grooved end pipe caps, spectacle blinds, or blind flanges. 3.12 PREPARATION AND EXECUTION - BURIED PIPING A. Conduct final acceptance tests on buried piping that is to be hydrostatically tested after the trench has been completely backfilled. 3.13 EXPOSED PIPING A. Conduct the tests on exposed piping after the piping has been completely installed, including all supports, hangers, and anchors, but prior to insulation. MaGe'laad esr reed To rvel Con wltin g Engineers In carp orated 1 Fayetteville, Arkansas Section 15001 - 5 'Ii 1 ' 3.14 A. 3.15 IA 1 I 1 I I 1 • HYDROSTATIC LEAK TESTS - EQUIPMENT Furnish the following equipment for the hydrostatic tests: Amount Description 2 Graduated containers 2 Pressure gauges 1 Hydraulic force pump Suitable hose and suction pipe as required. BURIED WATER LINES Some leakage is permissible from buried water lines. The hydro- static testing of these pipelines shall be conducted as follows: 1. Where any section of pipe is provided with concrete thrust blocking, do not make the pressure test until at least 5 days have elapsed after the thrust blocking is installed. If high -early cement is used for thrust blocking, the time may be reduced to 2 days. When testing cement -mortar lined piping, slowly fill the section of pipe to be tested with water and allow to stand for 24 hours under slight pressure to allow the cement -mortar lining to absorb water. 2. Expel all air from the piping system prior to testing and apply and maintain the specified test pressure by means of the hydraulic force punp. Valve off the piping system when the test pressure is reached and conduct the pressure test for 2 hours, reopening the isolation valve only as necessary to restore the test pressure. The pump suction shall be in a barrel or similar device, or metered so that the amount of water required to maintain the test pressure may be measured accurately. This measurement represents the leakage, which is defined as the quantity of water necessary to maintain the specified test pressure for the duration of the test period. No pipe installation will be accepted if the leakage is greater than the number of gallons per hour as determined by the following formula: _ ND(P) (1/2) L 7400 In the above formula: L = Allowable leakage, in gallons per hour N = Number of joints in the length of pipe tested D = Nominal diameter of pipe, in inches P = Average te;t pressure during the leakage test, in pounds per square inch Section 15001 - 6 MOCleilond nr rMd Ta rve� Consulting Engineers Incorporated Foyettevllle, Arkansas U I. 1 1 I. 3. The Contractor stall correct any leakage greater than the allowance determined under this formula at the Contractor's sole expense. 3.16 TEST RECORDS A. Records shall be made of each piping system installation during the test. These records shall include: 1. Date of test 2. Description and identification of piping tested 3. Test fluid 4. Test pressure 5. Remarks, to include such items as: a. Leaks (type, location) b. Repairs made on leaks 6. Certification by Contractor and written approval by Engineer 3.17 FINAL CLEANING A. Following assembly and testing and prior to final acceptance, all pipelines installed under this Section shall be flushed with water and all accumulated construction debris and other foreign matter removed. Flushing velocities shall be a minimum of 2.5 feet per second. Cone strainers shall be inserted in the connections to attached equipment and left there until cleaning has been accomplished to the satisfaction of the Engineer. Accumulated debris shall be removed through drains 2 -inch and larger or by dropping spools and valves. ' 3.18 CORROSION PROTECTION DR DUCTILE IRON PIPES - INTERIOR LININGS 1 1 1 I. A. Cement Linings: All piping that is to be cement -lined shall be lined and seal coated with Type II or Type III cement in accordance with ANSI A21.4. All ductile iron pipe shall be cement -lined and seal coated, except where noted otherwise on the Drawings. 3.19 DISINFECTION A. Pipelines intended to carry potable water shall be disinfected before placing in service. Disinfecting procedures shall conform to AWWA C-601, as hereinafter modified or expanded. B. Flushing: Before disinfecting, flush all foreign matter from the pipeline. Provide hoses, temporary pipes, ditches, etc. as required to dispose of flushing water without damage to adjacent properties. Flushing velocities shall be at least 2.5 fps. For I Section 15001 - 7 1 MCClstland es412ip `rvel Cons ui Tin a Enpines s -u Incorporated Fayetteville, Arkansos 1 1 1 1 1 1 1 11 large diameter pipe wrere it is impractical or impossible to flush the pipe at 2.5 fps velocity, clean the pipeline in place from the inside by brushing and sweeping, then flush the line at a lower velocity. C. Disinfecting Mixture: Disinfecting mixture shall be a chlorine -water solutioi having a free chlorine residual of 40 to 50 ppm. The disinfecting: mixture shall be prepared by injecting: (1) A liquid chlorine gas -water mixture; (2) dry chlorine gas; or (3) a calcium or sodium hypcchlorite and water mixture into the pipeline at a measured rate while fresh water is allowed to flow through the pipeline at a measured rate so that the combined mixture of fresh water and chlorine solution or gas is of the specified strength. D. The liquid chlorine gas -water mixture shall be applied by means of a standard commercial so'ution feed chlorinating device. Dry chlorine gas shall be fed through proper devices for regulating the rate of flow and providing effective diffusion of the gas into the water within the pipe being treated. Chlorinating devices for feeding solutions of the chlorine gas or the gas itself must provide means for preventing the backflow of water into the chlorine cylinder. E. If the calcium hypochlorite procedure is used, first mix the dry powder with water to make a thick paste, then thin to approximately a 1 percent solutioi (10,000 ppm chlorine). If the sodium hypochlorite procedure is used, dilute the liquid with water to obtain a 1 percent solution. The following proportions of hypochlorite to water will be required: Product Quantity Water Calcium Hypochlorite (1) 1 lb 7.5 gal. (65 to 70 percent Cl) Sodium Hypochlorite (2) 1 gal 4.25 gal. (5.25 percent Cl) (1) Comparable to commercial products known as HTH, Perchloron, and Pittchlor (2) Known as liquid laundry bleach, Clorox, Purex, etc. 3.20 POINT OF APPLICATION A. Inject the chlorine mixture into the pipeline to be treated at the beginning of the line through a corporation stop or suitable tap in the top of the pipeline. Clean water from the existing system or another source shall be controlled so as to flow slowly into the newly installed piping during the application of chlorine. The rate of chlorine mixture flow shall be in such proportion to the rate of Section 15001 - 8 r MOCIBJ fond r� nB6 To rvel Con wfr inp ` Engineers .�.J Jncorporared Fayef,eville, Arkansas 1 water entering the pipe that the combined mixture shall contain 40 to 50 ppm of free available chlorine. Valves shall be manipulated so that the strong chlorine solution in the line being treated will not flow back into the line supplying the water. Use check valves if necessary. 3.21 RETENTION PERIOD A. Treated water shall be retained in the pipeline long enough to destroy all nonspore-forming bacteria. With proper flushing and the specified solution strength, 24 hours is adequate. At the end of the retention period, the disinfecting mixture shall have a strength of at least 10 ppm of chlorine. B. Operate all valves, hydrants, and other appurtenances during disinfection to assure that the disinfecting mixture is dispersed into all parts of the line, including dead ends, new services, and similar areas that otherwise may not receive the disinfection solution. C. Do not place concentrated quantities of commercial disinfectants in the line before it is filled with water. D. After chlorination, flush the water from the permanent source of supply until the water through the line is equal chemically and bacteriologically to tie permanent source of supply. 3.22 DISPOSAL OF DISINFECTING WATER A. Dispose of disinfecting water in an acceptable manner that will protect the public anc publicly used receiving waters from harmful or toxic concentrations of chlorine. Do not allow disinfecting water to flow into a waterway without adequate dilution or other satisfactory method of reducing chlorine concentrations to a safe level. B. The Contractor shall meet all requirements of the Arkansas State Plumbing Code. 3.23 PAYMENT A. Payment for the work in this Section will be included as part of the payment for the pipiig covered by the applicable Detail Piping Specifications of this Section. END OF SECTION Section 15001 - 9 L J I MCCle fland �f ) on Engineers Incorporated Fayeltevifle, Arkansas SECTION 15001-2 CEMENT -LINED DJCTILE IRON PIPE AND FITTINGS ' PART I GENERAL 1.01 SCOPE A. This Section covers the work necessary to furnish and install, complete, the cement -lined ductile iron pipe and gray cast iron or ductile iron fittings specified herein, and as specified further in Section 15001, PLANT PIPING - GENERAL. B. Service shall include fire hydrant stubs and other locations designated on the Drawings. 1.02 GENERAL A. See Section 15001, PLANT PIPING - GENERAL, for additional requirements. PART 2 PRODUCTS 2,01 PIPE A. Centrifugally cast, Grade 60-42-10 iron, ANSI A21.51, AWWA C-151, cement -lined and seal-:oated in accordance with ANSI A21.4, 350 psi minimum working pressure, except as follows: 1. Buried pipe shall be thickness class as specified in ANSI A21.51, Tables 51,1 and 51.2; however, the minimum thickness class shall be class 51. 2.02 JOINTS A. Flanged, mechanical joint, or push -on as specified in Section 15001, PLANT PIPING - GENERAL and as shown on the Drawings. 2.03 FITTINGS A. Gray or ductile iron, 550 psi minimum working pressure, cement -lined and seal -coated. Where taps are shown on fittings, tapping bosses shall be provided. Flanged ANSI/AWWA C-110 & ANSI B16.1, faced and drilled 125 -pound ANSI standard. Section 15001-2 - 1 J WMapelland ou rred Con MIHinQ Engineers Incorporated Fayetteville, Arkansas I Mechanical Joint ANSI/AWWA C-110 and ANSI/AWWA C-111 2.04 FLANGES A. ANSI A21.15/AWWA C-115, threaded, 250 psi working pressure, ANSI 125 -pound drilling. 2.05 BOLTS A. For Class 125 FF Flanges use carbon steel, ASTM A307, Grade A hex head bolts and ASTM A563, Grade A hex head nuts. B. For mechanical joint use manufacturer's standard. 2.06 GASKETS A. Gaskets for mechanical or push -on joints shall be rubber, conforming to ANSI A21.11, AWWA C-111. B. Gaskets for flanged jcints shall be 1/8 -inch thick, cloth -inserted rubber conforming to applicable parts of ANSI B16.21 and AWWA C-207. Gasket material shal' be free from corrosive alkali or acid ingredients and suitable for use in. sewage or potable waterlines. Gaskets shall be full -face type for 125 -pound FF flanges. 2.07 LUBRICANT A. Lubricant for mechanical joint end piping shall be manufacturer's standard. 2.08 TRACE WIRE A. As specified in Sectior 15001-14, PVC PIPE AND FITTINGS. PART 3 EXECUTION 3.01 HANDLING PIPE A. Care shall be taken not to damage the cement lining when handling the pipe. 3.02 CUTTING PIPE A. Cut pipe with milling type cutter, rolling pipe cutter, or abrasive saw cutter. Do not flame cut. Section 15001-2 - 2 1 41 MOCIe Gana Consulting Engineers Incorporated Fayetlevllle, Arkansas 3.03 DRESSING CUT ENDS A. Dress cut ends of pipe in accordance with the type of joint to be made. B. Dress cut ends of mechanical joint pipe to remove sharp edges or projections which may damage the rubber gasket. C. Dress cut ends of push -on joint pipe by beveling, as recommended by the pipe manufacturer.' D. Dress cut ends of pipe for. flexible couplings and flanged coupling adapters as recommended by the coupling or adapter manufacturer. 3.04 FABRICATION OF FLANGED PIPE AND FITTINGS A. Flanged pipe and fitt-ngs shall be fabricated in the shop, not in the field, and delivered to the jobsite with flanges in place and properly faced. Threaded flanges shall be individually fitted and machine tightened on the threaded pipe by the manufacturer. Flanges shall be faced after fabrication in accordance with ANSI A21.15/AWWA C-115. ' 3.05 JOINTING FLANGED PIPE A. Prior to connecting flanged pipe, the faces of the flanges shall be thoroughly cleaned of all oil, grease, and foreign material. The rubber gaskets shall be checked for proper fit and thoroughly cleaned. Care shall be taken to assure proper seating of the flange gasket. Bolts shall be tightened so that the pressure on the gasket is uniform. Torque -limiting wrenches shall be used• to ensure uniform bearing insofar as possible. If joints leak when the hydrostatic test is applied, the gaskets shall be removed and reset and bolts retightened. 3.06 MECHANICAL AND PUSH ON JOINT A. Join pipe with mechanical or push -on type joints in accordance with the manufacturer's recDmmendations. Provide all special tools and devices, such as special jacks, chokers, and similar items required for proper installation. Lubricant for the pipe gaskets shall be furnished by the pipe manufacturer, and no substitutes will be permitted under any circumstances. 3.07 TESTING A. All lines shall be hydrostatically tested. Test procedures shall be as specified in Section 15001, PLANT PIPING - GENERAL. Section 15001-2 - 3 I, McC/e land Consulting Engineers Incorporated Fayetteville, Arkansas r 3.08 TRACE WIRE A. Trace wire laid with PVC pipe shall be continued through short segments of ductile iron pipe, to result in a continuous trace wire. 3.09 PAYMENT A. Payment for the work described in this Section will be included as part of the unit price or lump sum bid amounts stated in the Proposal. Unit prices bid for pipe shall include trenching, trace wire, native pipe base and pipe zone material, backfilling above the pipe zone, topsoil replacement, finish grading, seeding and fertilizing and final clean-up. B. Payment for pipe shall be made at 85% of the unit bid price upon pipe installation, backfilling, testing, and rough grading. Payment will be increased to 98% of the unit price bid upon seeding, fertilizing and final cleanup. The remaining 2% will be released upon satisfactory establishment of a grass stand. C. Payment for mechanical joint cast or ductile iron fittings shall be made at the unit price bid in the Proposal per pound, based on the weight of the fittings installed. Weight values will be taken from the current Ductile Iron Pipe Research Association handbook for mechanical joint fittings. Glands, bolts and gaskets shall be included in the unit price payment, however, the weight of these items will not be added to the handbook's fitting weight. All buried pipe fittings 4' and larger in size shall be cast or ductile iron, mechanical joint. END OF SECTION Section 15001-2 - 4 MCCIe Mond Consulting Engineers incorporated Fayetteville. Arkansas I SECTION 15001-14 ' POLYVINYL CHLORIDE (PVC) PIPE AND FITTINGS PART I GENERAL 1.01 SCOPE A. This Section covers the work necessary to furnish and install, complete, the polyvinyl chloride pipe and fittings specified herein, ' and as specified further in Section 15001, PLANT PIPING - GENERAL. B. Service shall include water lines ranging from 2 inch to 8 inch, ' used at the locations cesignated on the Drawings. 1.02 GENERAL A. See Section 15001, PLANT PIPING - GENERAL, for additional requirements. All piping system components shall be the products of one manufacturer. PART 2 PRODUCTS 2.01 RURAL WATER PIPE (2 -INCH) A. PVC, ASTM D1784, Type 1, Grade 1, with gasket joints for buried ' water piping. Pipe pressure class shall be SDR 21, Class 200 for the Rose Hill area. Use Class 250, SDR 17 for any 2 -inch pipe required in the vicinity of the Mount Comfort line. ' 2.02 AWWA PVC PIPE (4 -INCH AND LARGER) ' A. PVC, AWWA C-900 pipe, with outside diameters equivalent to cast iron pipe. Sizes 4 -inch through 12 -inch, with pressure rating of 200 psi (DR -14). ' 2.03 JOINTS A. For buried pipe,.gasketed slip joint. 2.04 FITTINGS A. Fittings 4 -inch and larger shall be cast iron or ductile iron, ' mechanical joint, and as otherwise specified in Section 15001-2, CEMENT -LINED DUCTILE IRON PIPE AND FITTINGS. 1 ' ` Section 15001-14 - 1MCC!e Hand Engineers ♦% Engineers Incorporated Fayetteville, Arkansas Ir B. For buried Class 200 pipe 3 -inch and smaller, slip joint PVC fittings by the pipe manufacturer. ' C. For buried Class 250 pipe, 3 -inch and smaller, ductile or cast iron mechanical joint fittings, as otherwise specified in Section ' 15001-2, CEMENT -LINED DUCTILE IRON PIPE AND FITTINGS. 2.05 GASKETS A. As recommended by the pipe manufacturer to conform to the pipe OD, and as further specified in Section 15001-2. ' PART 3 EXECUTION 3.01 GENERAL A. All rigid PVC pipe shall be cut, made up, and installed in accordance with the pipe manufacturer's recommendations. 3.02 TRACE WIRE A. Furnish and install a l4 gauge insulated copper trace wire with all PVC pipe. Run wire continuous from valve box to valve box; meter box or other access Doints. Bring wire up inside boxes in an accessible fashion. Wrap wire around, or tape wire to each pipe section. Join wire segments by soldering or by using approved wire nuts. Pipe testing shall include following trace wire. Any wire breaks or incomplete splices shall be repaired by the Contractor at no additional expense. Include trace wire in the unit price bid for pipe• 3.03 TESTING A. All lines shall be hydrostatically tested at the pressures listed in Section 15001, PLANT PIPING - GENERAL. B. Use pipe locating equi)ment to test continuity of trace wire. The Engineer shall observe and document trace wire test. 3.04 PAYMENT A. Payment for the work in this Section will be included as part of the unit price bid amounts stated in the Proposal. Unit prices bid for pipe shall include trerching, trace wire, native pipe base and pipe zone material, backfilling above the pipe zone, topsoil replacement, finish grading, seeding and fertilizing and final clean-up. B. Payment for pipe shall be made at 85% of the unit bid price upon pipe installation, backfilling, testing, and rough grading. Payment Section 15001-14 - 2 MaCle liana n�T 1 Consulting ncoras Itep Engineers Incttrporaled Fayetteville, Arkansas W will be increased to 98% of the unit price bid upon seeding, fertilizing and final cleanup. The remaining 2% will be released upon satisfactory establishment of a grass stand. C. No payment will be made for PVC pipe fittings, 3 -inch and 2 -inch in size. Larger fittings will be cast or ductile iron, mechanical joint, with payment for same as listed in Section 15001-2, CEMENT -LINED DUCTILE IRON PIPE AND FITTINGS. END OF SECTION Section 15001-14 - 3 Mcclelland nnsWMnp Engineers incorporated Fayetteville, Arkansas r SECTION 15012 MISCELLANEOUS TUBING PART I GENERAL 1.01 SCOPE A. This Section covers the work necessary for furnishing and installing the miscellaneous tubirg and accessories, complete. Where existing meters are reasonably accessible (as determined by the Owner) install new service tubing from the corporation stop to the existing meter yoke inlet connection. Connect the new service tubing to the existing meter settings. Abandon the old service tubing. Where existing meter locations would result in excessive service costs to install new tubing completely to the meter due to excessive length, street crossings or other reasons, and where the existing tubing is in good condition (as determined by the Owner) connect new service tubing from the new corporation stop to an accessible point on the existing service tubing. D. Replace any galvanized iron pipe service tubing, regardless of length or street crossings. E. Prior to installing the main tapping saddle, corporation stop and any service tubing, verify the size of the existing meter yoke/service tubing. Then install the same size tapping saddle, corporation stop and s?rvice tubing as the existing size. Minimum size shall be 3/4 inch. F. Four houses noted on the Drawings are to have new meter settings installed and are to have the meter outlets connected to the house plumbing. The Contractor shall provide a licensed plumber and shall otherwise conform to the Fayetteville Plumbing Code for the service tubing conection from the meter to the house plumbing. Route the house connection line as necessary to minimize costs and as approved by the house owner and City of Fayetteville. These houses are currently served by meters in an alley behind the houses. The new tubing may be connected to house plumbing in the crawl -space under the house or to the old service pipe behind the house. The Owner will obtain authorization to complete construction on this private property and shall select a route to be used, based on the authorization agreement. Section 15012 - 1 McClelland esi rredT rvel Consulting Engineers Incorporated Fayetteville, Arkansas Ir 1 1.02 GENERAL IA. Like items of equipment specified herein shall be the end products of one manufacturer in order to achieve standardization of maintenance and spare oarts. B. See CONDITIONS OF THE :ONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. ' 1.03 RELATED WORK SPECIFIED AND PERFORMED ELSEWHERE IA. Section 15013, Corporation Stops B. Section 15014, Miscellaneous Metering and Measuring Devices PART 2 PRODUCTS 2.01 GENERAL A. All items shall be complete with all necessary end connections, fittings, and couplings which are required for the proper completion of the work included under this Section. 2.02 HOUSE SERVICE TUBING (WATER MAIN TO METER) A. Copper service tubing shall be Standard Type K, ASTM B28, tubing. Install copper tubing from the corporation stop on the main to the meter box or other coinection point as determined in the field by the Owner. Size shall be as designated on the Drawings or as required to match the size of the existing meter setting. 2.03 HOUSE SERVICE TUBING (METER TO HOUSE PLUMBING) A. Type K copper service tubing, 3/4 inch in size. PART 3 EXECUTION 3.01 GENERAL A. All tubing shall be cut, made up, and installed in strict accordance with the manufacturer's written recommendations, as approved and as further specified here-nunder. Section 15012 - 2 'I w,� McClelland am nsd To rust Consalrinp Engineers Incorporated Fayetteville, Arkansas I r ' 3.02 INSTALLATION 1 • A. Install 3/4 -inch copper tubing from the main to existing or new • single or dual meter settings, or to existing service, line connection points, in accordance with the details on the Drawings. B. Install 1" or larger copper tubing at locations designated on the Drawings or as determined in the field for master meters and/or multiple meter settings. 3.03 TESTING IA. Prior to startup, all miscellaneous hoses, tubing, and accessories • shall be inspected for proper connection and satisfactory performance. Each item shall be tested at the same time that the adjacent pipeline is tested. Joints shall show no visible leakage under test. Repair jo'nts that show signs of leakage prior to final acceptance. If there are any special parts of control systems or operators that might be damaged by the pipeline test, they shall be ' properly protected. The Contractor will be held responsible for any damage caused by the testing. ' 3.04 CONNECTIONS A. Upon completion and acceptance of pressure testing and disinfection, and upon authorization by the Owner, place the new main segments in ' service, disconnect existing service pipes at the meter box inlet, and connect the new sarvice pipe to the meter box inlet or other designated point. ' B. Where multiple meter settings are served by a common service line branching from the main, connect to the existing service line at ' locations designated on the Drawings or as directed by the Engineer. C. Connect the house plumbing to new yard lines in accordance with the I Plumbing Code and the routing provided by the Owner. 3.05 PAYMENT IA. Payment for the work in this Section will be included as part of the applicable unit price bid amounts stated in the Proposal. Payment will be made at 90% of the unit price bid upon installation, testing and rough cleanup. Upon seeding and final cleanup, payment will be made at 100% of the bid amount. No separate payment will be made for disconnecting the old meter service pipe and connecting the new service pipe. ' B. Separate payment will be made for the house plumbing connection for the four houses where rew meter settings are being completed. END OF SECTION Section 15012- 3 Mc6/erlantl esi ne rve� Engineers ncrpr Incorporated Fayetteville, Arkansas , 1 1 • !SECTION 15013 ' MISCELLANEOUS PIPING SPECIALTIES PART I GENERAL 1.01 SCOPE A. This Section covers the work necessary for furnishing and installing the miscellaneous piping specialties, complete. 1.02 GENERAL A. Like items of equipment specified herein shall be the end products of one manufacturer in order to achieve standardization for operation, maintenance, spare parts, and manufacturer's service. ' B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.03 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with ' Section 01300, SUBMITTALS DURING CONSTRUCTION, Division 1, GENERAL REQUIREMENTS. In addition, the following specific information shall be provided: 1. Shop Drawings: Provide drawings and manufacturer's literature, clearly identified, showing layouts, item specifications, and mounting details. PART 2 PRODUCTS 2.01 GENERAL A. All items shall be ccmplete with all necessary end connections, fittings, and couplings required for the proper completion of the work included under this Section. ' 2.02 TAPPING SADDLES A. Tapping saddles for service lines shall be designed for use on PVC or ductile iron mains, as applicable, and shall be sized for 3/4 -inch or larger corporation stops. Stops and saddles shall be sized to match the service line size designated on the Drawings. Section 15013 - 1 1 Li McClelland conineers ` Enainears �u Incorporated Fayettevihe, Arkansas I. 1 I 1 1 1 1 1 1 1 •I B. Service saddles: shall: be Rockwell, or approved equal,, double strap saddles, designed for,PVC or ductile.iron pipe, as applicable, and having a working pressure rating of 300. psi. 2.03CORPORATION STOPS A. Corporation stops for service lines.. to house meters shall be 3/4 -inch. or larger inH size, as required for the specified tubing, Mueller H-15008 or approved equal, with compression connection. 2.04 FIRE HYDRANT A. Three-way fire hydrant shall be 5* inch Mueller Centurion A-423, or approved equal, with 1$ inch pentagonal operating nut opening to the left, 2-21 inch hose nozzles, 1-41 inch .pumper nozzle, and 6 -inch mechanical joint inlet. Nozzle threads shall be National Standard. 2.05 TAPPING TEES AND VALVES A. Tapping tees shall be sized as indicated on the Drawings and shall •be Mueller H-615, or approved equal. Tapping valves shall be Type 115 or 116 in SECTION 15080, with the exception that one side shall be provided with a flaige for connection to the tapping sleeve. PART 3 EXECUTION. 3.01 GENERAL A. All miscellaneous p -ping specialties shall be installed in accordance with and in conformance to the applicable requirements of Section 15001, PLANT PIPING - GENERAL. 3.02 TAPPING SADDLES AND CORPORATION STOPS A. Provide and install saddles and stops with matching threads, and outlet fittings for the applicable service line. Install as recommended by the manufacturers to ensure that excessive tightening does not damage the main. Complete main leakage and pressure testing with all, taps, service lines and meter settings in place. 3.03 FIRE HYDRANT A. Install fire hydrant with the pumper nozzle facing the street. Adjust height to finish grade using standard hydrant risers. Paint exposed hydrant barrel with white exterior metal paint containing reflectorized beads (3M Company #7216 paint, or equal). Conform McCle Hand Con5Wliny en n ` rvel Engineers Incorporated Fayeftevifle, Arkansas Section 15013 - 2 1 with installatioh details indicated on •the Drawings relative to drain gravel, thrust blocking and other details. Utilize ductile I. iron pipe between the hydrant and the main tee. Install thrust restraints between main tee and hydrant inlet. ' B. Existing fire hydrants shall be removed from abandoned lines. Three-way hydrants with 6 -inch inlets and modern design shall be reused. Two-way hydrants and hydrants with 4 -inch inlets shall be removed from the project as waste material by the Contractor. Hydrants shall be reused/scrapped generally in conformance with the attached existing fire hydrant schedule. ' 3.04 TAPPING TEES AND VALVES A. Install tapping tees and valves in accordance with manufacturer's 1 recommendations. Where a PVC main is tapped, retain the integrity of existing trace wire. Attach new trace wire to existing and solder the connection. ' 3.05 TESTING A. Prior to plant startup, all MISCELLANEOUS PIPING SPECIALTIES shall ' be inspected for proper connection and satisfactory performance. Each item shall be tested at the same time that the adjacent pipeline is tested. Joints shall show no visible leakage under I. test. Repair joints that show signs of leakage prior to final acceptance. The Contractor will be held responsible for any damage caused by the testing. ' 3.06 PAYMENT A. Payment for the work in this Section will be included as part of the 'I. applicable unit price bid amounts stated in the Proposal. B. Payment for fire hydrants shall include gravel drain pit, painting, thrust restraints and thrust blocking. Separate payment will be ' made for the gate valve with box, interconnecting ductile iron pipe, and the main tee only. IC. Payment for tapping tees and valves shall be made for the complete assembly, including valve box and thrust blocking. L IEND OF SECTION 1 ' Section 15013 - 3 ' ' MC s, ngntl gem ne� rvel CanaWfinp Engineers incorporated Fayetteville, Arkansas Th r Th m N c ^ ^ r gyc0. v c cc in in in N N r • J •r •r CC) •r 'r' N N N- N N . 1-f N N N. NE NJ • 0 0 4- 4- •r •r- •r •r •r X C C •r -r N in in N N O O O a a C. C C C C '- a R CD •r •r r •r N 5-L a a N= N= t0 tO to t0 l0 E N td td l0 lO •r N • L L ^ ^ in in in in in X r N U V N N . 0U) •r •r •r •r •r O> C • N N N r N •r i • C •r• •r Y 4- Y 4s +a a L O 00 4114-' N ++ N N N N N a •r 4-f 4-)•r •r r r r r r m fd >l +a Y Y C C C C C L .4-3.,- S. i N 4- N 4- •r •- •r •r •r a C N 0 0 r -•r re • rd C Y 4s C C 4- 4- 4- 4- 4- 5. -cc, L a- U U -Q) i--f N •r •r •r •r •r 0 O O1 V N N N in in N >yr S. L Y di Y 7 N N 0 N N 4-'> S CJ 4-f 4-f ow ow in in in in in fd r C C N i N i 7 0 -3 J • V rd O a L N N N N N N O N • V V V V fY C K D_' 0_' N Ln N 3 L N > Cr L N • Q4)4) - 4 d r N N E E a C N - - _ _ _ _ _ •_ _ LC)r a•r •r GY V 7 7 t0 m l0 t0 X 3JN >> •O N L 0 N C a + O d fd r d E4-' r L •)C04-' C C 00r, i Q n] rd n] n3 cct b r6 n) b a rat >>,F,-1 i 1 1 I 1 I I 1 fdr N N N M M M M M M M Or Nit O 4s -' by > > C r 0 C C O j ^ N a N N C C + 1] V •r • C a) >f 4-f 4-f i Y N S. b r V +> Q C t r > N 3 r C L N fd >> N N N > C N r6 N L ors. S -.. C#) C a r N L r L N V C O C V J V C Y O > +a >, M R V +•f J Cu 00 J O N J 0 -0 U e0 E in 00 00 oa ^a E 0_C N L r L >) >) >> >, V >r>) r 4J 0) L L L S. 0(000 a •r fl J i L L L E 4a $ n3 t O 4a N N N N 4o N O 1 f 3 C N m m N C >- ra N i (0 O O1 ,--f N M Q L -c • M N t0 N C V V r1 S 2 w Z 7 Y .H H -4 — '-r r -a •-r Section 15013 - 4 MCCielland ev ne�il Con Stillnp Engineers Incorporated Poyeffevitte, Arkansas L SECTION 15014 MISCELLANEOUS METERING AND MEASURING DEVICES PART I GENERAL 1.01 SCOPE A. This Section covers tie work necessary to furnish and install the miscellaneous metering and measuring devices, complete. Included are meter setters and meter boxes with lids. 1.02 GENERAL A. Like items of equipment specified herein shall be the end products of one manufacturer in order to achieve standardization for appearance, operation, maintenance, spare parts, and manufacturer's service. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and a^e mandatory for this project. PART 2 PRODUCTS 2.01 WATER METERS A. Water meters shall be provided and installed by the City of Fayetteville. 2.02 METER BOXES A. Meter boxes shall be 18" diameter by 24" deep, PVC boxes. Single meter setting boxes shall have single inlet and outlet notches. Dual meter setting boxes shall have dual notches. 2.03 METER BOX RINGS AND LIDS A. Meter box rings and lids shall be by. Clay -Bailey Model 2210, or approved equal, sized for an 18 -inch box and having a 12 -inch opening. Rings and lids shall be of cast iron material. 2.04 METER LOOPS A. Meter loops for single and dual meter settings shall be by Mueller, or approved equal, sized for a 5/8"x3/4" meter, having a 12" riser and having inlet and outlet pack joint fittings for 3/4" service Section 15014 - 1 MKle c and Enfling Engineers Incorporated Fayette vllle, Arkansas • tubing. Loops shall Have a locking wing nut shutoff valve on the meter inlet side. Meter loop inlet fitting for dual meter settings shall match the "U" branch connection fittings. B. Dual meter settings shall utilize a 3/4" inlet by two 3/4" outlets "U"- branch connector, with pack joint inlet and threaded outlets. PART 3 EXECUTION 1 3.01 GENERAL ' A. All equipment in this Section shall be installed carefully to avoid damage to the equipment and in accordance with the manufacturers' instructions, as approved. B. The Contractor shall furnish such additional incidental materials and labor as required for proper mounting. Install measuring and .metering devices plumb or level, as applicable, and attach securely Ito mounting brackets with suitable fasteners. Units installed in -line shall be made up with the gaskets or thread lubricant specified for the adjacent piping. ' 3.02 METER SETTINGS A. Install meter settings in accordance with the details on the 'Drawings and with the recommendations of the manufacturer. B. Location of meter boxes shall be field determined to correspond to the requirements of the Owner, the desires of the property owner and the general. location of existing houses. The Field Engineer shall coordinate meter locations. C. Dual meters shall be installed at lot lines, where total costs can be reduced with a dual arrangement. The Field Engineer shall determine when use of cual meters is applicable. 1 D. The Contractor shall install all components of the meter settings except for the actual meter. The City of Fayetteville will provide and install meters in the meter settings. 3.03 PAYMENT A. Payment for the work in this Section will be included as part of the applicable` unit price Did amounts stated in the Proposal. Payment shall be for complete installations, including the meter box, ring, lid, meter loop(s) and "U" -branch connector as applicable. ' END OF SECTION Section 15014 - 2 ' Matlegand &iT rm/ Come rs Enylneers Incorporated Faye"evllle, Arkansas r SECTION 15080 MANU4LLY OPERATED VALVES PART 1 GENERAL REQUIREMENTS 1.01 SCOPE A. This Section covers th? work necessary for furnishing and installing the various manually operated valves in the piping systems, com- plete, 1.02 GENERAL A. Like items of equipmert specified herein shall be the end products of one manufacturer in order to achieve standardization for operation, maintenance, spare parts, and manufacturer's services. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. PART 2 PRODUCTS 2.01 GENERAL A. All valves shall be complete with all necessary operators, extension stems, floor stands, worm and gear operators, operating nuts, etc. which are required for the proper completion of the work included under this Section. B. Renewable parts including discs, packing, and seats shall be of types recommended by valve manufacturer for intended service. C. All units shall have the name of the manufacturer and the size of the valve cast on the body or bonnet or shown on a permanently attached plate in raised letters. D. For the purpose of designating the type. and grade of valve desired, a manufacturer's name is given in the following specifications. Valves of equal quality by other manufacturers will be considered in accordance with the Gereral Conditions. Section 15080 - 1 L J MCCle)land Consulting Engineers - - u Incorporated Fo,attevllle, Arkansas r 1 2.02 DESIGN FEATURES - BRASS AND BRONZE COMPONENTS A. Brass and bronze components of valves and appurtenances which have surfaces in contact with the water shall be alloys containing less than 16 percent zinc and 2 percent aluminum. B. Approved alloys are of, the following ASTM designations: 1. B 61, 862, B 98 (Alloy A, B, or D), B 139 (Alloy A), B 143 (Alloy 1-B), B 164; B 194, B 292 (Alloy A), and B 127. 2. Stainless steel Alloy 18-8 may be substituted for bronze at the option of the manufacturer and with the approval of the Engineer. C. All gland bolts• on iron body valves shall be bronze and shall be fitted with brass nuts. 2.03 VALVE OPERATORS A. All valve operators shall open by. turning counterclockwise. Operators shall be ga'vanized and painted the same color as the valve and associated pipeline. 2.04 VALVE BOXES A. Valve boxes shall be Buffalo two-piece screw or telescoping type, cast iron, with 5 -1/4 -inch shaft of appropriate length for the installation. The word WATER shall be cast into the top of the lid. Extension pieces, if required, shall be the manufacturer's standard type. Units shall be Mueller H-10360, or equal. All units shall be complete with all necessary bases and accessories. ' 2.05 EXTENSION STEMS FOR VALVE OPERATORS A. Where the depth. of the valve is such that its centerline is more than 4 feet below grade, operating extension stems shall be provided to bring the operating nut to a point 6 inches below the surface of the ground and/or box cover. Extension stems shall be constructed of steel and shall be complete with 2 -inch square operating nut. 2.06 GATE VALVES A. Type 100: Gate valves 2 -inches and smaller for exposed water service shall be all -bronze with screwed bonnet and ends, single solid wedge gate, anc nonrising stem. Valves shall be rated for 250 psi, and shall be by Crane, Stockham, or equal. Section 15080 - 2 McClelland nCngineep op LJ IncaOors rared Foprieville. Arkansas rH B. Type 115: Gate valves 2 -inches thru 4 -inches for buried water service shall be iron, body, bronze mounted valves with mechanical ' joint ends, double -disc gate, nonrising stem, 0 -ring seals, and 2 -inch square wrench nit conforming to AWWA .C-500. Valves shall be rated for 200 psi minimum working pressure, 400 psi test pressure, I. and shall be Mueller A-2380-20; or equal. C. Type 116: Gate valves 2 inches and larger for buried water service shall be iron body, resilient seat, epoxy lined with mechanical I. joint ends, nonrising stem, 0 -ring seal and 2 inch square wrench nut conforming to AWWA C-500. Valves shall be rated for 200 psi minimum working pressure, 400 psi test pressure, and shall be Mueller A-2370-20 or equal. I. PART 3 EXECUTION 3.01 GENERAL IA. Bolt holes of flanged valves shall straddle the vertical centerline of the pipe run. Prior to installing flanged valves, the flange faces shall be thoroughly cleaned. After cleaning, insert gasket ' and bolts, and tighten the nuts progressively and uniformly. If flanges leak under pressure, loosen or remove the nuts and bolts, reseat or replace the gasket, retighten and/or reinstall the nuts and bolts, and retest the joints. Joints shall be watertight at 'test pressures before acceptance. B. Thoroughly clean threads of screwed joints by wire brushing, ' swabbing, or other approved methods. Apply approved joint compound to threads prior to ma<ing joints. Joints shall be watertight at test pressures before acceptance. ' 3.02 PLACING A. All buried valves shall be installed with valve boxes in accordance ' with the details shown on the Drawings. Install 2 feet by 2 feet by 4 inches thick concrete pad around the top of all valve boxes. that are outside of street or other pavement. 3.03 TESTING A. Valves shall be tested at the same time that the adjacent pipeline ' is tested. Joints shall show no visible leakage under test. Repair joints that show signs of leakage prior to final acceptance. If there are any special parts of control systems or operators that ' might be damaged by the pipeline test, they shall be properly protected. The Contractor will be held responsible for any damage caused by the testing. I. Section 15080 - 3 ' / MoCiellond ' (fin ned io rn! Consulting . ` Engineers Incorporated Fayetteville, Arkansas B. If requested by the Engineer, the valve manufacturer shall furnish an affidavit stating the materials options furnished and/or that he has complied with these and other referenced specifications. 3.04 PAYMENT A. Payment, for the work in this. Section will be included as part of the unit price bid amounts stated in the Proposal. Payment for buried valves shall include payment for the valve boxes, lids and concrete collar. END OF SECTION 1 1 'Section 15080 - 4 MCCle liana �s� nadT rvef Coneu/finp ' ` Engineers lnrornora,ea Fa nve vills, Arkansas ti