Loading...
HomeMy WebLinkAbout25-91 RESOLUTIONRESOLUTION NO. 25-91 r, A RESOLUTION` AUTHORIZING THE AWARD 73 „TO C.W. CONSTRUCTION COMPANY REPAIRS INTHE VICINITY OF JOYCE MUD CREEK._ 'i r - r f OF BID_90= FOR SEWER STREET AND . • .1• f' 4_ i� BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the Board of Directors hereby authorized the award of Bid 90-73 to C.W. Construction Company for sewer repairs in the vicinity of Joyce Street and Mud Creek in the of $58,100.00. A copy of the bid tabulation authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this ATTEST: okkai tieh =4S9it n2 --�- two ai .By • =,+ City Clerk 5.: • 19th day of February APPROVED: B 1991.. Mayor • frk • 4 SECTION 00500 CONTRACT THIS AGREEMENT, made and entered into on the 19th day of February , 19 91 , by and between C.W. CONSTRUCTION herein called the Contractor, and the City of Fayetteville, Arkansas, hereinafter called the Owner: That out, WITNESSETH: the Contractor, for the consideration hereinafter fully set hereby agrees with the Owner as follows: 1. That the Contractor shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Drawings, Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled JOYCE STREET SEWER REPAIRS dated November, 1990, including: Advertisement for Bids; Addenda; Instructions to Bidders; General Conditions; Supplementary Conditions; Performance and Payment Bonds; Specifications; the Proposal and acceptance thereof; and the Drawings. DWG. NO. 1. 2. 3. 4. 5. DRAWING INDEX TITLE 12" Gravity Sewer Repair Alternative No. 1, 18" Force Main Repair Alternative No. 2, 18" Force Main Repair Alternative No. 3, 18" Force Main Repair Details 2. That the Contractor shall commence the work to be performed under this Agreement on a date to be specified in a written order of the Owner and shall fully complete all work hereunder in 45 calendar days. Section 00500 - 1 McClelland Consulting Engineers Incorporated Fayetteville, Arkansas 4 4s • • 3 That the Owner hereby agrees to pay to the Contractor for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Proposal, in lawful money of the United States, the amount of: Fifty Eight Thousand, One Hundred Dollars ($ 58, 100.00 ) , based on the Base Bid and Alternate Bid selected by the Owner, as 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. Section 00500 - 2 McClelland Consulting Engineers Incorporated Feyerrsville, Arkonsos 1 • 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 parties hereto have executed this Agreement on the day and date first above written, in Four ( 4 ) counterparts, each of which shall, without proof or accounting for the other counterpart be deemed an original Contract. WITNESSES: ATTEST' ity Cle*'k elr Approved as to form. Attorney for Owner C.W. Construction Contractor By lir' Title c%.) .'aL City of Fayetteville ByOwner // lam? Title Mayor Section 00500 - 3 McClelland CanaanMg Engineers Incorporated Fayetteville, Arkansas BIDDER TABULATION BID NO. 90-73 SEWER REPAIR, VICINITY OF JOYCE STREET BASE BID C.W. Construction $ 39,100 Fayette Tree and Trench Fochtman Enterprises Decco Contractors * Low Bidder 50,240 72,750 74,200 ALT. 1 ALT 3 $ 19,000 $ 54,825 22,500 N/B 60,000 126,850 75,000 147,550 NOTE: There were no bidders on Alternate 2 • TOTAL BID (Base Bid + Alt No. 1 $ 58,100* 72,740 132,750 147,500 ?"."••• • -x7 �. . • y :.fes -,-mow -ti r 4 ./_�' �. ...r / X" J GRAVITY SEWER�ANDiS oAIVNF FORCE MAIN REPAIR = - IN THEVICINITY OF •E STREET`• - • y 1 V 1" _ }_ti .-.. - 1 1 • �.* �.�-rte+ PreparedhFor City of Fayetteville _T Arkansas 72701 Fayetteville '% - •, -4:17 �•• Project No. FY902166 November, 1990. • P epa►ed By %` McClelland Consulting Engineers, Inc: 1` 1810 North College p.01-119,!;'12-29:‹ "`�'"a"' - Fayetteville; `Arkansas 723&e45, ? ::. ^f paeffs- '•••fir,,., f -'.,,` .� P l : „d - i _.--..ice -�., 7..m <C-...,: ::e'er - 77 7 Yr kr �•' ler 1A 1 1 GRAVITY SEWER AND FORCE MAIN REPAIR IN THE VICINITY OF JOYCE STREET Prepared For: City of Fayetteville Fayetteville, Arkansas 72701 Project No. FY902166 November, 1990 Prepared By: McClelland Consulting Engineers, Inc. 1810 North College - P.O. Box 1229 Fayetteville, Arkansas 72702 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PART/SECTION NO. TABLE OF CONTENTS SUBJECT PAGE NO. PART I BIDDING REOUIREMENTS 00030 Advertisement for Bids 1-2 00100 Instructions to Bidders 1-7 00300 Proposal 1-10 00350 Bid Bond 1-2 00360 Notice of Award 1 PART II CONTRACT FORMS 00500 Contract 1-5 00550 Notice To Proceed 1 PART III CONDITIONS OF THE CONTRACT 00700 General Conditions 1-38 00800 Supplementary Conditons 1-7 PART IV SPECIFICATIONS DIVISION I GENERAL REQUIREMENTS 01000 Abbreviations 1-3 01009 Summary of Work 1-4 O 1011 Site Conditions 1-4 O 1014 Protection of the Environment 1-3 O 1016 Safety Requirements and Protection of Property 1-6 O 1027 Applications for Payment 1-2 O 1028 Change Order Procedures 1-3 O 1070 Cutting and Patching 1-4 01210 Preconstruction Conference 1 O 1300 Submittals During Construction 1-6 01311 Schedule and Sequence of Operations 1-3 O 1400 Quality Control 1-3 O 1500 Temporary Construction Facilities and Utilities 1-4 O 1600 Material and Equipment Shipment, Handling, Storage, and Protection 1-3 O 1700 - Contract Closeout 1-3 O 1710 Final Cleaning 1-2 O 1720 Project Record Documents 1-3 MaCIOOland Consulting Engineers Incorporated Fayetteville, Arkansas 1 1 1 1 1 1 i 1 1 1 1 1 1 1 PART/SECTION NO. DIVISION 2 02200 02215 DIVISION 3 03210 03300 DIVISION 15 15001-3 15005 15013 15080 15082 TABLE OF CONTENTS SUBJECT PAGE NO. SITE WORK Earthwork, Trench Excavation and Backfill Geotextile Fabric CONCRETE Reinforcing Steel Concrete MECHANICAL Polyethylene -Lined Restrained Joint Ductile Iron Pipe and Fittings Gravity Sewer and Force Main Pipe Miscellaneous Piping Specilities Manually Operated Valves Self -Contained Automatic Process Valves DRAWINGS 1-10 1-6 1-4 1-16 1-4 1-7 1-2 1-4 1-3 MCCIegond ConsuIting Engineers Incorporated Farefleville,Arkonsas 1 PART I BIDDING REQUIREMENTS McClelland Cansulring Engineers Incorporated ayerreville, Arkansas SECTION 00030 ADVERTISEMENT FOR BIDS BID NO. 90-73 OWNER: City of Fayetteville 113 W. Mountain Fayetteville, AR 72701 ENGINEER: McClelland Consulting Engineers, Inc. 1810 North College Fayetteville, AR 72703 (501) 443-2377 PROJECT NO.: FY902166 The City of Fayetteville will receive sealed bids for construction of a segment of the gravity sewer and force main in, the vicinity of Joyce Street, consisting of replacing approximately 120 feet of 12 -inch vitrified clay sewer line, located at a ditch crossing along Mud Creek, and installing concrete supports under a segment of 18 -inch ductile iron force main located at this ditch crossing. Alternatively a parallel replacement segment of 18 -inch ductile iron pipe shall be installed. Bids shall be on a Unit Price basis; and shall include Additive/Deductive Alternates. The City of Fayetteville will receive bids until 2:30 local time on Thursday , December 20 , 1990 at the office of the Purchasine Officer Bids received after this time will not be accepted. Bids will be opened and publicly read aloud immediately after specified closing time. All interested parties are invited to attend. Bidding Documents may be examined at the offices of the Engineer and at: ABC Plans Room Ozark Floor Co. 928 N. College Fayetteville, AR 72701 Section 00030 - 1 McClelland Consulting Engineers lncorporoted Foye?T!ville, Arkonsae • 1 1 1 1 1 1 1 i 1 1 1 i 1 1 1 1 1 1 1 Copies of the Bidding Documents may be obtained: through' the Engineers office upon payment of $ 50.00 for each set of documents. Return of documents is not required, and amount paid for documents is not refundable. Partial sets are not available. For information concerning the proposed work or for an appointment to visit the site of the work, contact Mr. Robert White at the Engineer's office. In order to perform public work, the successful Bidder shall, as applicable, hold or obtain such Contractor's and Business Licenses as required by State statutes and the Rules and Regulations of the Arkansas Contractor's Licensing Board. Each Bid must be submitted on the prescribed form and accompanied by a certified check or bid bond executed on the prescribed form, payable to the City of Fayetteville, in an amount not less than 5 percent of the amount bid. The right is reserved to reject all Bids or any Bid 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 shall not exceed beyond 90 days from the bid opening date. Dated this 6th day of December, 1990. City of Fayetteville, Arkansas Publish: Dec 7th & 14, 1990 /s/ Peggy Bates P.O. i Purchasing Officer Section 00030 - 2 MCCIef fond Consulting Engineers lnrorvoratee Fayetteville, Arkansas PARAGRAPH NO./TITLE 1. FORMAT SECTION 00100 INSTRUCTIONS TO BIDDERS 2. SPECIFICATION LANGUAGE PAGE NO. 1 1 3. GENERAL DESCRIPTION OF THE PROJECT 1 4. QUALIFICATION OF BIDDERS 1 5. DOCUMENT INTERPRETATION 1 6. BIDDER'S UNDERSTANDING 2 7. PROJECT MANUAL & DRAWINGS 2 8. TYPE OF BID 3 9. PREPARATION OF BIDS 3 10. STATE AND LOCAL SALES AND USE TAXES 4 11. SUBMISSION OF BIDS 4 12. TELEGRAPHIC OR WRITTEN MODIFICATION OF BIDS 4 13. WITHDRAWAL OF BID 4 14. BID SECURITY 4 15. RETURN OF BID SECURITY 5 16. AWARD OF CONTRACT 5 17. BASISOF AWARD 5 18. EXECUTION OF CONTRACT 6 19. PERFORMANCE AND PAYMENT BONDS 6 20. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND 7 21. PERFORMANCE OF WORK BY CONTRACTOR 7 22. TIME OF COMPLETION 7 23. PROVIDING REQUIRED INSURANCE � 7 McClelland Conealring Engineers incorporated Fayetlevllle, Arkansos 1 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 A general description of the work to be done is contained in the ADVERTISEMENT FOR BIDS. The scope is indicated on the accompanying Drawings and specified in applicable parts of these Contract Documents. 4. QUALIFICATION OF BIDDERS The prospective bidders must meet the statutorily prescribed requirements before Award of Contract by the Owner. Before a Contract will be awarded for the work contemplated herein, the Owner will conduct such investigation as is necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified under this Contract. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. 5. DOCUMENT INTERPRETATION The Contract Documents governing the work proposed herein consist of the Drawings and all material bound herewith. These Contract Documents are intended to be mutually cooperative and to provide all details reasonably required for the execution of the proposed work. Any person contemplating the submission of a Bid shall have thoroughly examined all of the various parts of these Documents, and should there be any doubt as to the meaning or intent of said Contract Documents, the Bidder should request of the Engineer, in writing (received by the Engineer at least 5 working days prior to bid opening) an interpretation thereof. Any interpretation or Section 00100 - 1 MCCleJlond Consulting Engineers Incorporated Foyettevllle, Arkansas change in said Contract Documents will be made only in writing, in the form of Addenda to the Documents which will be furnished to all Bidders receiving a set of the Documents. Bidders shall submit with their Proposals, or indicate receipt, of all Addenda. The Owner or Engineer will not be responsible for any other explanation or interpretations of said Documents not issued in writing by Addendum. 6. BIDDER'S UNDERSTANDING Each Bidder must inform himself of the conditions relating to the execution of the Work, and it is assumed that he will inspect the site and make himself thoroughly familiar with all. the Contract Documents. Failure to do so will not relieve the successful Bidder of his obligation to enter into a Contract and complete the contemplated Work in strict accordance with the Contract Documents. It shall be the Bidder's obligation to verify for himself and to his complete satisfaction all information concerning site and subsurface conditions. - Information derived from topographic maps, or from Drawings showing location of utilities and structures will not in any way relieve the Contractor from any risk, or from properly examining the site and making such additional investigations as he may elect, or from properly fulfilling all the terms of the Contract Documents. Each Bidder shall inform himself of, and the Bidder awarded a Contract shall comply with, federal, state, and local laws, statutes, and ordinances relative to the execution of the Work. This requirement includes, but is not limited to, applicable regulations concerning minimum wage rates, nondiscrimination in the employment of labor, protection of public and employee safety and health, environmental protection, the protection of natural resources, fire protection, burning and nonburning requirements, permits, fees, and similar subjects. 7. PROJECT MANUAL AND DRAWINGS. No return of Project Manual or Drawings is required and no refund will be made. The successful Bidder will be furnished three sets of Documents without charge. Any additional copies required will be furnished to the Contractor at $ 50.00 per set. Partial sets will not be available. 8. TYPE OF BID Unit prices shall be submitted in the appropriate places on the Bid. The total amount to be paid the Contractor shall be the total amount of the unit price items as adjusted based on quantities Section 00100 - 2 McClelland Consulting Engineers Incorporated Fayetteville, Arkansas • installed and/or any adjustment for additions or deletions resulting from additive or deductive alternates or change orders during construction. 9. PREPARATION OF BIDS All blank spaces in the Bid form must be filled in, preferably in BLACK ink, in both words and figures where required. No changes shall be made in the phraseology of the forms. Written amounts shall govern in cases of discrepancy between the amounts stated in writing and the amounts stated in figures. In case of discrepancy between unit prices and totals, unit prices will prevail. Any Bid shall be deemed informal which contains material omissions, or irregularities, or in which any of the prices are obviously unbalanced, or which in any manner shall fail to conform to the conditions of the published ADVERTISEMENT FOR BIDS. Only one bid from any individual, firm, partnership, or corporation, under the same or different names, will be considered. Should it appear to the Owner that any Bidder is interested in more than one bid for work contemplated, all bids in which such Bidder is interested will be rejected. The Bidder shall sign his Bid 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 or sole proprietorship, 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 firm. If signature is by an agent, other than an officer of a corporation or a member of a,partnership or sole proprietorship, a notarized power-of-attorney must be on file with the Owner prior to opening of bids or submitted with the Bid. 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 Bid shall include all nonexempt sales and use taxes, unless provision is made in the Bid form to separately itemize the tax. 11. SUBMISSION OF BIDS All Bids must be submitted, not later than the time prescribed, at the place, and in the manner set forth in the ADVERTISEMENT FOR Section 00100 - 3 McClelland Consulting Engineers Incorporated Fayetteville, Arkansas BIDS. Bids must be made on the Bid forms provided herein. Each Bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions in the ADVERTISEMENT FOR BIDS. Bids may not be submitted by FAX machines. 12. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID Any Bidder may modify his bid by telegraphic or written communication at any time prior to the scheduled closing time for receipt of bids, provided such communication is received by the Owner prior to the closing time. The telegraphic or written communication should not reveal the bid price; it shall, however, state the addition or subtraction or other modification so that the final prices or terms will not be known by the Owner until the sealed bid is opened. 13. WITHDRAWAL OF BID Any Bid may be withdrawn prior to the scheduled time for the opening of Bid either by telegraphic or written request, or in person. No Bid may be withdrawn after the time scheduled for opening of Bids, unless the time specified in Item, AWARD OF CONTRACT, of these INSTRUCTIONS TO BIDDERS shall have elapsed. 14. BID SECURITY Bids must be accompanied by cash, a certified check, or cashier's check drawn on a bank in good standing, or a bid bond issued by a Surety authorized to issue such bonds in. the State where the Work is located, in the amount of 5 percent of the total amount of the Bids submitted. This bid security shall be given as a guarantee that the Bidder will not withdraw his Bid for a period of 90 days after bid opening, and that if awarded the Contract, the successful Bidder will execute the attached Contract and furnish properly executed Performance and Payment Bonds, each in the full amount of the Contract price within the time specified. The Attorney -in -Fact (Resident Agent) who executes this bond in behalf of the Surety must attach a notarized copy of his power-of-attorney as evidence of his authority to bind the Surety on the date of execution of the bond. All bid bonds and resident agent of State of Arkansas State of Arkansas. sufficient. Contract bonds shall be executed by a licensed the surety having his place of business in the and in all ways complying with the laws of the The mere countersigning of a bond will not be Section 00100 - 4 McClelland Consulting -Engineers Incorporated Fa/ens ville, Arkansas 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 If the Bidder elects to furnish a Bid Bond, he shall use the Bid Bond form bound herewith, or one conforming substantially thereto in form and content. 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 Bids are not to be further considered in awarding the Contract. Retained bid securities will be held until the Contract has been finally executed, after which all bid securities, other than Bidders' bonds and any guarantees which have been forfeited, will be returned to the respective Bidders whose Proposals they accompanied. 16. AWARD OF CONTRACT Within 90 calendar days after the opening of Bids, unless otherwise stated in the ADVERTISEMENT FOR BIDS or SUPPLEMENTARY CONDITIONS of these Documents, the Owner will accept one of the Bids or will act in accordance with BASIS OF AWARD, below. The acceptance of the Bid will be by written notice of award, mailed or delivered to the office designated in the Bid. In the event of failure of the lowest responsible and responsive qualified Bidder to sign and return the Contract with acceptable Performance and Payment Bonds, as prescribed herein, the Owner may award the Contract to the next lowest responsible and responsive qualified Bidder. Such award, if made, will be made within 90 days after the opening of Bids. 17. BASIS OF AWARD, 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 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. Basis of award will be as stated in the Bid. 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 the successful Bidder, the Owner's authorized agent will sign the Contract. Signature by both parties constitutes execution of the Contract. The successful Bidder shall conform to the Rules and Regulations of Arkansas Department of Finance and Administration concerning nonresident contractor's notice and bond requirements. Section 00100 - 5 MCCletload Consulting £ g se Incorporated ayeueville, Arkansas 19. 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 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 beauthorized to do business in the State of Arkansas, and shall be listed on the current U.S. Department of Treasury Circular Number 570, or amendments thereto in the Federal Register, of acceptable Sureties for Federal projects. If the Surety on any Bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the project is located or it ceases to meet the requirements of the preceding paragraph, Contractor shall within five days thereafter substitute another Bond and Surety, both of which must be acceptable to Owner. The Attorney -in -Fact (Resident Agent) who executes this Performance Bond and Payment Bond in behalf of the Surety must attach a notarized copy of his power-of-attorney as evidence of his authority to bind the Surety on the date of execution of the bond. All Contracts, Performance and Payment Bonds, and respective powers -of -attorney will have the same date. 20. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND The Bidder who has a Contract awarded to him and who fails to properly execute the Contract and furnish the Performance Bond and Payment Bond, within the time frame stipulated elsewhere in these documents, shall forfeit the bid security that accompanied his bid, and the bid security shall be retained as liquidated damages by the Owner, and it is agreed that this sum is a fair estimate of the amount of damages the Owner will sustain in case the Bidder fails to enter into a Contract and furnish the bond as hereinbefore provided. Bid security deposited in the form of cash, a certified check, or cashier's check shall be subject to the same requirements as a Bid Bond. 21. 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, Section 00100 - 6 McClelland Consulting Engineers Inca, eorafea Fayetteville, Arkansas 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. 22. TIME OF COMPLETION The time of completion of the Work to be performedunder 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. 23. PROVIDING REQUIRED INSURANCE The Bidder's attention is directed to the insurance requirements set forth in the GENERAL CONDITIONS (amended in the SUPPLEMENTAL CONDITIONS, if appropriate). Submittal of a bid indicates full understanding and intent to comply with the insurance requirements which are a condition of the contract. Section 00100 - 7 McClelland Consulting Engineers Incorporated Faye Fe wills, Arkansas I P SECTION 00300 r. I PROPOSAL NOTE TO BIDDER: Please use BLACK ink for completing this Proposal form. •' To: __ Address: I H I 1 C C I I I Project Title: Joyce Street Sewer Repair Engineer's Project No. FY902166 Bidder: al ('l)MRS Address: R tt- 7 F—t4dY —7rE✓if-' t R 72/7c1 Date: � 0 DP( ''h Bidder's person to contact for additional information on this Proposal: Name: P Lc.) Telephone: 1x3O- /42-3 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 is, 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 Section 00300 - 1 I MCClelfond a ,"e Conawtlnp Engineers Incarporosd Fayelfevlfle, 4rkonave H I I I E I 11 I 7 I description of the quantities of work and materials, as included herein, is brief and is intended only to indicate the general nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents, and that this Proposal is 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 work within 45 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 have been satisfactorily completed as provided by the Contract Documents, plus any monies paid by the Owner to the Engineer for additional engineering and construction observation services associated with such delays. Section 00300 - 2 I McClelland ef� o M Consult in Engineers incorporated Fayerleville, Arkansas I H I I I 1 I I I El I 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 /I)O Ae to these Specifications. (Bidder insert No. of each Addendum received.) 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. BASE BID PROPOSAL SCHEDULE SEWER MAIN REPLACEMENT ITEM NO QUANTITY ITEM UNIT PRICE EXTENDED 1. 120 LF 12" Ductile Iron Sewer $ /Foot Pipe, Restrained Joint (Numerals) �"/lezo dollars/Foot $9._ (Words) 2. 2 EA 12" Sewer Pipe Coupling $ /Q0, /EA (VCP to DIP) (Numerals) O-t.t- $L 012 dollars/EA $ 2� (Word 3. 3 EA Piers Under 12" $ .5ocztf /EA Sewer Pipe (Numerals) -c-_5k--Q goz� dollars/EA $ GY2' (Words) 4. Lump Sum Removal of Concrete Slab $ 2roO, /LS in the Vicinity of the (Numerals) 12" sewer dollars/LS $2, cnO (Words) Section 00300 — 3 ■ 1 McClelland esr o rve Cansalling Engineers Incorporated Fayettevllla, Arkansas I /eJ h1Eis" OP / oo& 7QD 3Q rd5 °P -9" 7R9N4 /3i0 447)�) ror4J946. WOtc117 1/Kr� TO /+92` /eZ/ b!P jO' fQar $EZA5e. Al NE. n/i°' l2E4r'd2G ,qa>r nmc o& REcT IA) A/So.-' ,2" 2)!? Route 7 Ed Edwards Road • Fayetteville, Arkansas 72701 • (501) 442-8868 HI I Li I I I [1 I H I ITEM UNIT NO. QUANTITY ITEM PRICE EXTENDED 5. Lump Sum Final Grading of Site &7 (Words) 6. 1000 TN Provide and Install Riprap l $ /er!�% /LS (Numerals) s) LS $ /TN (Numerals) $ /F /TN $ (Words) 7. 700 SY Geotextile Fabric under $ /, /SY Riprap (Numerals) �so dollars/SY $___ (Words) 8. 40 TN Trench Stabilization $ /p, /TN Material (Numerals) :`}o dollars/TN $ NOD - (Words) TOTAL BASE BID sirsI ALTERNATE BID SCHEDULE Repair/Replacement of 18 -inch Force Main Segment The Owner is taking alternate bids on three methods to repair or .replace the damaged segment of 18 -inch ductile force main, as follows: _ Alternative No. 1: Repair existing pipe segment in place by breaking the existing concrete encasement off of the pipe, restoring the pipe to its original grade, and constructing three supporting piers under the pipe. Alternative No. 2: Replace the pipe segment with a parallel line laid below the ditch bottom. This repair would be finalized while the sewage pump station is shut off, so that tapping tees and valves are not required. Section 00300 - 4 MsuJIir it 0 M ins Enggineeee rs incorporated Foy.treville, Arkansas 4r 1 �Q[a-to'E GXt>--°c- p'1 pt cE 2J '7H CPj+E C ,e91R4C t l3 *- . e b#Ae—t NEw aistzs. / F EX,�T,-v4 p«t2`i eoc cz i2E l�or7�FtE� f1ti? IJ5EZD, e.ot tyocclt' Nor ncs b bl Route 7 Ed Edwards Road • Fayetteville, Arkansas 72701 • (501) 442-8868 I 7i I I I I I I I Section 00300 - 5 Alternative No. 3: Replace the pipe segment with a parallel line laid below the ditch bottom. This repair would utilize tapping tees and valves, so that the pump station can remain in service. The Owner will select the alternative repair method based on an evaluation of the bid prices, the degree of risk associated with a sewage spill for the various alternatives, and an evaluation of the construtability of the various alternatives. Selection of the desired alternative repair method will be made prior to the selection of the low bidder. Therefore, selection of the low bidder will be based on the Base Bid total plus the selected Alternate Bid total. As part of his alternative bid, the Bidder shall submit his detailed work plan for completing each of the three alternatives, indicating how the work will be completed without a sewage spill occurring. The Owner shall take these work plans in consideration when determining which alternative repair method will be selected. Work plans should include information such as; how the pipe will be temporarly supported under Alternative No. 1, while the permanent piers are being installed; how long it will take to make the interconnections under Alternative No. 2, while the pump station is shut-off; etc. Attach this work plan to the Proposal, when it is submitted. ALTERNATE BID NO. 1 Repair of 18 -Inch Force Main in Place ITEM UNIT NO. QUANTITY ITEM PRICE EXTENDED 1. Lump Sum Remove Existing Concrete $ D O /LS Encasement (Numera s) v t 66..- -r--& c19IOO dollars/LS $_____ (Words) 2. 3 EA Concrete Piers for $ ,�CYpo� /EA 18" pipe (Numerals) y o n oJ_- dollars/EA $%i (Words.) TOTAL BID ALTERNATE NO. 1 $-' I ' Mand CnngulfisWe a a rve s ng er Inncotp ccroorared Fayetteville, Arkansas ALTERNATE BID NO. 2 Install Parallel Pipe Segment Make connections While Pump Station Is Off. ITEM UNIT NO QUANTITY ITEM PRICE EXTENDED 1. 2 EA 18" Line Stop Valves $ /EA (Numerals) dollars/EA $ (Words) 2. 1 EA Air Release Valve $ /EA with Vault (Numerals) dollars/EA $ (Words) 3. 176 FT 18" Polyethylene Lined $ /FT Restrained Joint (Numerals) Ductile Iron Pipe dollars/FT $ (Words) 4. 3020 LBS Cast or Ductile Iron $ /LB Fittings (Numerals) dollars/LB $ (Words) 5. 2 EA Connection of New Pipe $ /EA to Existing Force Main (Numerals) dollars/EA $ (Words) 6. Lump Sum Removal of Existing Pipe $ r/LS and Concrete Encasement (Numerals) within Limits of Ditch Crossing dollars/LS $ (Words) Section 00300 - 6 MaCle/land es� o rro Consul11n0 Engineers Incorporated Fareltevlllq Arkansos I I Ii U I I H I [1 I I I I 7. 50 CV Rock Excavation $ /CY (Numerals) dollars/CY $ (Words) TOTAL BID ALTERNATE NO. 2 $_/111) ALTERNATE BID NO. 3 Install Parallel Pipe Segment Utilizing Tapping Sleeves and Tapping Valves ITEM NO QUANTITY ITEM UNIT PRICE EXTENDED 1. 2 EA 18" x 18" Tapping �"`$ /EA Sleeves w/18" Tapping (Numerals) Valves and Valve oxes o� •--�-Y-.dam-->----a�—s=-�' dollars/EA $_____ (Words) 2. 2 EA 18" Line Stop Valves $ Pan /EA (Numerals) rrt.J J -,Q dollars/EA $ (Words) 3. 1 EA Air Release with Vault $ IW/EA (Numera2Q6_ s) 34'eQc.Q_� ��Q-D V imo dollars/EA $_L2/YD (Words) 4. 176 FT 18" Polyethylene Lined $ /.FT Restrained Joint Ductile (Numerals) Iron Pipe dollars/FT $ V / (Words) Section 00300 — 7 MCClellond Con.UI lino Engineer Incorporated Fayetteville, Arkansas 7 J I I I I I I I I 5. 1930 LBS Cast or Ductile Iron $ /LB Fittings (Numerals) S90 O dollars/LB $ (Words) 6. Lump Sum Removal of Existing Pipe $ 7.Cz9, /LS and Concrete Encasement (Numerals) within Limits of Ditch Crossing 4.J. ar,_ __ _�__ ����� dollars/LS $, (Words) 7. 50 CV Rock Excavation $ /!0e /CY (Numerals) ,LQ2/J2to dollars/CY $OGY7_ (Words) TOTAL BID ALTERNATE NO. 3 $ 5ct S2, Enclosed herewith is a bid bond for &4o 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. 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. /tCn Qg t McClelland Cn t!re rs eei a nro ncotporar IncMaoraled Fayetteville, Arkansas Section 00300 - 8 I I I I I I I I I I I Section 00300 - 9 Estimated total cost of the above items the Bidder states that will be performed with his own forces, if awarded Contract: Dollars 8.45E39,/CO •1 • 4crtt1 f' OOH Acr 3 poD 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.) SURETY If the Bidder is awarded a construction contract on this Proposal, the Surety who provides the Performance and Payment Bond will be whose address is Street City State zip BIDDER The name of the Bidder submitting this Proposal is doing business at Street City State Zip which is the address to which all communications concerned with this Proposal and with the contract shall be sent. I ' rpine e EnGetlnne Consulting esr o rn rs Incoraororee FaYelrevllls, Arkansas [I I I I I I 1 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: The Bidder's Arkansas Contractor's License No. is:______________ If Sole Proprietor or Partnership IN WITNESS hereto the undersigned has set his (its) hand this day of ,19 Signature of Bidder 7) Title If Corporation IN WITNESS WHEREOF the undersigned corporation has caused this instrument to be executed and its seal affixed by its dof u ly authorized officers this day ______________,19__ - (SEAL) Name of Corporation By Title Attest Secretary Section 00300 - 10 MCCIellanO eel 0 M Consulling Engineers InMraor01ed Fayeflevills, Arkonsas '1 I I I H 1 1 I 1J I I I cl Employers Mutual Casualty Company HOME OFFICE a DES MOINES BID BOND Bond No S121621 (NOT VALID IF BID AMOUNT EXCEEDS $ KNOW ALL MEN BY THESE PRESENTS: That We, C. W. CONSTRUCTION COMPANY —'"- as Principal, and the EMPL0YERS'MUTUALCASUALTY COMPANY, -a corporation organized and existing under the laws of the � State of Iowa and authorized to do business in the State of ARKANSAS as Surety, are held and firmly bound unto the as obligee, in the sum of FIVE PERCENT OF THE AMOUNT BID -------------- (5% GAB) DOLLARS, lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for: (enter description of proposal here) Job.#FY902166, Gravity Sewer & Force Main Repair in the Vacinity of Joyce St., Fayetteville, AR• according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a con- tract with the Obligee in accordance with the terms of such proposal or bid and award and shall give bond for the faithful perform- ance thereof, with the EMPLOYERS MUTUAL CASUALTY COMPANY as Surety or with other Surety or Sureties approved by the Obligee, or if the Principal shall, in case of failure so to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in �full_force and effect. ______ ______t yT PROVIDED HOWEVER, neither the Principal nor the Surety shall be hound hereunder unless the Obligee shall upon request, provide evidence of adequate financing to both the Principal and Surety prior to execution of the final contract. Signed, Sealed and Dated this 18th day of December 19 90 C W CONSTRUCTION COMPANY Principal Allen , Smith Insurance, Inc. ' 21ASTSethSTREET } EMPLOYERS MUTUAL CASUALTY COMPANY�..,,,y,, �' P. O. BOX 1009 / 1 , '� NORTH LITTLE ROCK, ARKANSAS 72118 �• .•r �S"vlaty� p "rq Telephone: 753-9092 / � -` • w �' 1-800-482-5917 IL�C.\h B C axles M. Allen, Attorne0n.Fact' `_-■ ' Employers Mutual Companies N2 030046 P.O. Box 712 Des Moines, Iowa 50303 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT Notice: The warning elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 4. Illinois Emcasco Insurance Company, an Illinois Corporation 2. Emcasco Insurance Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation 3. Union Mutual Insurance Company of Providence, 6. American Liberty Insurance Company, an Alabama Corporation a Rhode Island Company • hereinafter referred to severally as "Company" and collectively as "Companies', each does, by these presents, make, constitute and appoint: ' CHARLES M. ALLEN, G. RO.B,12T SMITH, SHERRI L. MOSS, IND VIDUALLY, NORTH LITTLE ROCK, ARKANSAS----------�—� its true and lawful attorney -in -fact, with full ,owera aut�horiitt .co ferr¢d/yoossigfi/, eal,J/rid a/%�.rcu/te d�s lawful nds, undertakings, and other obligatory • instruments of a similar nature as follow I IN AN AMOUNT NOT EXCEED'ING FIU I9/UNDDR%ED�PHOUSAND DO LARS-----($500.000.00) and to bind each Company thereby a fully a�niCas-if fis+fitvirfstrum is a sign by the duly authorized officers of each such Company, and all of the acts of said attorne pursuant to the authority hereby given are hereby atified and confirmed. The authority hereby granted shall expire — �.._-April 1 , 1993__ unless sooner revoked: — AUTHORITY FOR POWER OF ATTORNEY This Power -of -Attorney is made and executed pursuant to and by the authority of the `o°e following resolution of the Boards of Directors of each of the Companies at the second regularly scheduled meeting of each company duly called and held in 1990. RESOLVED: the Chairman of the Board of Directors. the President, any Vice s�Ea� ylai�RaQ��e! President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to d%k -tiv �e°a!e`a (1) appoint attorneys -in -fact and authorize them to exe- cute on behalf of each Company and attach the seal of the Company , �a"�vtcslwa�xs'!`e thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, ei`�p�el6`aa"e" and (2) to remove any such attorney -in -fact at any time and revoke the power and authority given to him..Attorneys-in-fact 5 . Q`4`iyc�asageoxo shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute 't�o�°`1.OSeegand deliver on behalf of the Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, �il�Ga`els e'" �e Q�tP contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such ,,,ttPdda�Feso°° attorney -in -fad shall be fully and in all respects binding upon the Com- pany. Certification as to the validity of any power of c' �p�eP attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this n�RW company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appear ex ing upon a certified copy of any power -of -attorney of the Company, shall be valid and binding upon the Company with the same force and affect as though manually affixed. IN WITNESS WHEREOF, The Companies have caused these presents to bid for each by their officers as shown, and the Corporate seals to ' be hereto affixed this 16th day of Febr_or _ - 19 90 Seals Robb B. Kelley, chairman Philip T. ban Ekeren, Secretary of Companies I, 2, 3, 5, F 6 of Companies 1, 2. 3, 5; Asst tant Secretary of Comp st ant Pe_ ,`'I INS q'• :dSpF at. Cp : uNuU - - - ' �s �..•,P4 tea; co '% p`° o• ••qsy ; Bruce G. Kelley, C.iairman Donald L. Coughennn, ter, ?$''"° :'poorop : CF, : : `JdF pflJ� e\ f �: `0tlPLq��y C• G Fc F. of Company 4 Assistant Secretary Company 6 1863 `' : ' 1953 = �- On this 16JL. day of Febrt ar_ _ _ AD 19 g@efore io SEAL sac ;o- - r = _ �' 2 a ; =� R '. me a Notary Public in and for Polk County, Iowa, personally appeared Robb B. �`yti Kelley. Phillip T. Van Ekeren, Bruce G. Kelley, and Donald L. Coughennower, '•,tuNo�s�;;' ''•t.,••�,.`' who being by me duly sworn, did say that they are, and are known to me to be •the Chairman and Assistant Secretary. respectively, of each of The Companies ua •tlIlItOIg above; that the seals affixed to this instrument are the seals of said corporations; l l,lo'(fr ' %'qt s lmlla CF ;, q$ ,,,,,,,,ws'•, that said instrument was signed and sealed on behalf of each of The Companies c,a.p�PV0F O':PPJN G c c _ _ o _ o < , ,-y by authority of their respective Boards of Directors; and that the said Robb B. _ Kelley. Phillip T. Van Ekeren, Bruce G. Kelley, and Donald L. Coughennower SEAL s SEAL _ SEAL _ acknowledge the execution of said instrument to be the voluntary act and deed o <: : a• of each of The Companies. �owP °•y°'+rn 9:,0, •,,Mp1M1,Es,o�,� , My Commission Expires _ _. October 992 KRISTIE L TYLER MY COMMI I EXPIRES Notary Public \ ,.. a'-, CERTIFICATE I, David L. Hixenbaugh of the Employers Mutual Casualty Company, do hereby certify that the foregoing resolutions of uid Bo ra ds of Directors by each of The Companies, and this Power of Attorney issued pursuant thereto on Fe.bru a.r__y_ _6_,—.1..9 9-0 on behalfof Charles M. Allen, G. Robert Smith, Sherri L. Moss — are true and correct and are still in full force and effect. 18th - ' In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this ,i day of December— _, 1990 ___ . Vice -President Form 7832 Rev. 6-90 1 1 I I I I I I I I 1 I Li i C I I 1 I 11 PART II CONTRACT FORMS Mnnd Gnsulrins Engineers ev o rro cepor In aroraoroled Falesleville. Arkansas I SECTION 00500 H L I I IT L L I L L CONTRACT THIS AGREEMENT, made and entered into on the 19th day of February , 19 91 , by and between C.W. CONSTRUCTION herein called the Contractor, and the City of Fayetteville, Arkansas, hereinafter 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 JOYCE STREET SEWER REPAIRS dated November, 1990, including: Advertisement for Bids; Addenda; Instructions to Bidders; General Conditions; Supplementary Conditions; Performance and Payment Bonds; Specifications; the Proposal and acceptance thereof; and the Drawings. DWG. NO. DRAWING INDEX TITLE 1. 12" Gravity Sewer Repair 2. Alternative No. 1, 18" Force Main Repair 3. Alternative No. 2, 18" Force Main Repair 4. Alternative No. 3, 18" Force Main Repair 5. Details 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 45 calendar days. Section 00500 - 1 L ' k,a[lelland Engineers Inrorporatolad Fayetteville, Arkansas I I L U I I 1, 1 J I I I I Section 00500 - 2 I 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: Fifty Eight Thousand, One Hundred Dollars ($58.100.00 ), based on the Base Bid and Alternate Bid selected by the Owner, as 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. e o m Consultln ' nginp ncoras Incorporated orafsa Fayetteville, Arkansas I I U L C LI I I I i I I I I I Li 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 parties hereto have executed this Agreement on the day and date first above written, in Four ( 4 ) counterparts, each of which shall, without proof or accounting for the other counterpart be deemed an original Contract. C.W. Construction Contractor WITNESSES: k&2JGJC By ATTEST: J Approved as to form: Attorney for Owner Title City of Fayetteville Owner B Title Mayor Section 00500 - 3 MCCleHand CwMit 9 ° rye Engineers Incorporated Fayf teville, Arkansas Fan, MA L C Employers Mutual Casualty Company Bond No.__________________S140817 HOME OFFICE • DES MOINES PAYMENT BOND Co KNOW ALL MEN BY T; :ESE ?RESENTS: That We. C W CONSTRUCTION r 3 r y cn 9 C7 a (hereinafter called "Principal"), as Principal, and the EMPLOYERS MUTUAL CASUALTY COMPAIRY7a cco- ep ration organized and existing under the laws of the State of Iowa and authorized to transact bi ne s in the rnz -�O rn State of ARKANSAS (hereinafter called "Surety"), as Surety, are he%afiFmIy o y N CITY OF FAYETTEVILLE bound unto the ra (hereinafter called Obligee"), in the penal sum of FT TY EIGHT THOUSAND ONE HUNDRED and 00/100 --------------- DOLLARS, ($ 58,100.00 ) good and lawful money of the United States of America. for the payment or which, well and truly to be made, we bind ourselves, our heirs, adminis- trators, executors, successors and assigns, jointly and severally, firmly by these presents. SEALED with our seals and dated this /7/4day of A.D., 19_L. WHEREAS, the abovebounden Principal has entered into a certain written contract with the above named / day 14�, Obligee, dated the _/L of_____________ Gravity Sewer & Force Main in the Vacinity of Joyce St. Fayetteville, AR. Which contract is hereby referred to and made a parr hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE. IF the Principal shall promptly make payment to all persons supplying labor and material in the prosecution of the work provided for in said contract, then this oblicafion to be void: otherwise to remain in full force and virtue. Sealed day 9 Signed and this of C W CONSTRUCTION [Seal] WITNESS: - N f�yo�� � G-J�"""�— (If Individual or Firm] [Seei] [Seal] ATTEST: EMPLOYERS MUTUAL CASUALTY COMPANY Suret I K Corporation) `J(vt (,i( / f�{ ' By Charles M. Allen, Attorney -in -Fact I Form C67 N2 030142 1 I. ' NORTH Ni. ALLEN, G. ROBERT SMITH, SHERRI L. MOSS, INDIVIDUALLY, NORT LITTLE ROCK, ARKANSAS---------------------------------------------------- '' IN AN AMOUNT NOT EXCEEDING FIVE HUNDRED THOUSAND DOLLARS -----($500,000.00) IApril 1, 1993 1 co s J eec • �\S�r os y�aP�Oe I - _ \c e 0arae\ C \Q�\` tCQCe 16th Feb ary 90 16th February 90 • P .r, .. ..L ;, •., February 16, .1990. ' Charles M. Allen, G. Robert Smith, Sherri. L. Moss ,,.• .. .. .. a. st..' r' .' .. 21St .._ .. •m , - ' February • 91 Hy w {'(.r 'i.^,, Fr. r. ":i'ir.. I+i,,u ::Sii' w�$ ,•'�!`.iz'��va.�` ]'.a.Fi 4„L�:'19+E' 9, Y�^' 'naFT 4, i ,." '(MMIDONY) a1:11I.ILe� INSURANCE BINDER ISSUE DATE 2/21/91 ipRoDUCiER RIS_,^T^T BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSSIDE ^THIS OF THIS FORM. ~"- COMPANY '- BINDER NO. ' - Bituminous Casualty Corp. Allen -Smith Insurance, Inc. :- -_.... -- - � 1. EFFECTIVE-- - _-' EXPIRATION ME P.O. Box 4009 DATE TIDATE TIME Xi PM 112: X North Little Rock, Arkansas 72116 ! 2/21/91 j 12:01 3/21/91 PMt NO0 ONN Y - THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED ' i I COMPANY PER EXPIRING POLICY NO: CODE •SUB -CODE` t DESCRIPTION OF OPERATIONS/VEHICLES/PROPERTY (IndudIng Location) ' T INSURED ~J— r •. .`F Job: $58,100.00 City of Fayetteville Joyce Street Sewer Repairs Fayetteville, Arkansas Contractor: C.W+ Construction 1 - Rt+ 7, Ed Edwards Road ' Fayetteville, Arkansas 72701 COVERAGES LIMITS __I' TYPE OF INSURANCE — � 7 �• COVERAGE/FORMS AMOUNT ' DEDUCTIBLE COINSUR. PROPERTY OF LOSS ..�..+_.... .-...�_.-_.•-,-..._-..---'w,-_;Jam,.___ CAUSES r - BASIC j BROAD. SPEC. ' 1 r G ERA Aft TV - GENERA :p '�' -:j L AGGREGATE1 E.1TDQQ,DQo- . Y- S_ COMPOP COMMERCIAL GENERAL LIABILITY - PRODUCTS-COMP/OPAGG., $ ++ - -�-1 + -+ .Y - CLAIMS MADE } ' OCCURj 1 4 ° P PERSONAL E ADV. INJURY 15 - - X� OWNER'S & CONTRACTOR'S PROT. j EACH OCCURRENCE 1 000, 000 r tire) FIRE DAMAGE (Any one $ -� - —I RETRO DATE FOR CLAIMS MADE: MED. EXPENSE (Any ane pelaon); $ LIABILITY - COMBINED SINGLE LIMIT $ ANY AUTO ,L` C/I' BODILY INJURY (Per Person) fS I -- - -_-- ALL OWNED AUTOS BODILY INJURY (Par a2Ment) $ SCHEDULED AUTOS �" PROPERTY DAMAGE ` [ HIRED AUTOS "' MEDICAL PAYMENTS �$ CAL P-------- ..._-. -- ....-- I NON-OOWNED AUTOS PERSONAL INJURY PROT. $ j�j w UNINSURED MOTORIST f ' GARAGE LIABILITY Mi $ _ u• u �...-..+- _t .� AUTh PHYSICAL DAMAGE DEDUCTIBLE I ALL VEHICLES 1 SCHEDULED VEHICLES ACTUAL CASH VALUE COLLISION: STATED AMOUNT -$ tOTHER t _ - ..� OTHER THANCOL -, L _ EXCESS UABIUTY I L EACH OCCURRENCE $ -}t UMBRELLA FORM - r AGGREGATE I $ OTHER THAN UMBRELLA FORM I RETRO DATE FOR CLAIMS MADE: ' SELF -INSURED RETENTION I. $ ( STATUTORY LIMITS F--- WORKER'S COMPENSATION ) EACH ACCIDENT I $ AND EMPLOYER'S LIABILITY I +�— I DISEASE -POLICY LIMIT E lam_..._------ ..---.. z - DISEASE -EACH EMPLOYEE $ 10 S OTHER COVERAGES Additional Named Insured Architect/Engineers Endorsement: McClelland Consulting Engineers, Inc. P-O��ox 223, ayette3alle.,.Arkansas,_72j 2 NAME & ADDRESS _ _ _ __ _ _ - - _ _ _ .. - rt -- - I f MORTGAGEE 1 ADDITIONAL INSURED 1 1 L095 PAYEE _- �_ _ - _ _ 1. LOAN4 AUTHORIZEDREPRESENTATIVE ACORD 75-S (7/90)' /1 .---- --�-_ -� -- - -- (F - -� x. CACORD CORPORATION 1990 CONDITIONS I This' Company binds the kind(s) of insurance stipulated -on the reverse side. The Insurance is subject to the terms, conditions and limitations of the policy(ies) in current use by the Company. • This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company stating when cancellation will be effective. This binder may be cancelled by the • Company by notice to the Insured in accordance with the policy conditions. This binder is cancelled when replaced by a policy. If this binder is not replaced by a policy, the Company Is entitled, to charge a premiumfor the binder according to the Rules and Rates in use by the Company., r .. APPLICABLE IN NEVADA '. i n •- n Jai t • - - . Any person who, refuses to accept a binder which provides coverage of 'less than $1,000,000.00 when proof is required: (A) Shall be fined not more than $500.00, and (B) is liable to thepartypresenting the binder as proof of -insurance. for actual damages sus-, ; tamed therefrom. - N- (1•f _ a a • Y •• I _ ACORD 75S (2/88) ! V Y ,.v ' • - ' a/C1/i.ne ` CERTIFICATE OF INSURANCE ISSUE D zE (MM pD VV) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE Allen -Smith Insurance, Inc. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE P.O. Box 4009 POLICIES BELOW. North Little Rock; Arkansas 72116 i COMPANIES AFFORDING COVERAGE ETTERNY.A Bituminous Casualty Corporation COMPANY INSURED LETTER Charles W, Combs DRA C.W. Construction COMPANY Rt. 7, Ed Edwards Road LETTER C - .- Fayetteville, Arkansas 72701 COMPANY LETTER D COMPANY LETTER COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ___ _ CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE iPOLICY EXPIRATION. LIMITS LTR. ` DATE (MMIDD/YY) I DATE (MM/DD/YY) GENERAL LIABILITY (GENERAL AGGREGATE { 1,000,000. . 1r A Y X I COMMERCIAL GENERAL LIABILITY �PROOUCTS.COMPIOPAGO. $ 1, 00O, QQ0" _ CLAIMS MADE X'OCCUR.: CLP 2067345 10/16/90 10/16/91 INJURY OOU. sPERSONALEADV. -----500 OWNER'S & CONTRACTORS PROT; ' EACH OCCURRENCE $ 500,000, FIRE DAMAGE (Any one e) tE 50, 000, _ MED. EXPENSE (My one person) $ 999, AUTOMOBILE LIABILITY ^ COMBINED SINGLE I E A X ANY AUTO .+ CAP1755336 10/16/90! 10/16/91 1,0.00.,000,- ALIMIT ' ALL OWNED AUTOS ` ` BODILY INJURY $ SCHEDULED AUTOS � e_ (Per person) ( .._ .. _ ... _ Tt_ X HIRED AUTOS i ' BODILY INJURY E X NON -OWNED AUTOS •. (Per accident) . v GARAGE LIABILITY ! I PROPERTY DAMAGE IE r � I EXCESS LIABILITY - EACH OCCURRENCE 1, 000, 000, jI-E A i X UMBRELLA FORM Binder 2/21/91 10/16/91 ',AGGREGATE Is 1,000,000., _ OTHER THAN UMBRELLA FORM STATUTORY LIMITS WORKER'S COMPENSATION H —y -- -'-- —•— -'-'I - EACH ACCIDENT +E AND •. - — A _ - - • • DISEASE —POLICY LIMIT E _ EMPLOYERS' LIABILITY I' DISEASE —EACH EMPLOYEE 1 E OTHER I k' I. I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS Job: Joyce Street Sewer Repairs / Additional Insured with respects to General Liability: McClelland Consulting Engineers, Inc., P.O. Box 1229, Fayetteville, Ar. 72702 CERTIFICATE HOLDER _ _ • CANCELLATION _ - _ - or -materially altered SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED/BEFORE THE City of Fayetteville Fayetteville, Arkansas 72701 EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL }'G'�2OOcO( MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, AUTHORIZ EPRESENTATIVE 1 ._©ACORD CORORAON 1990 iC61RD25-S (7190) _ _ _ aclli.ub CERTIFICATE OF INSURANCE ISSUE DATE.MM/➢WY)-.1 IRODUCREBSAMEN INSURANCE/S PR INGDALE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS 1 501 West Sunset ` NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, P . 0. BOX 829 EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Springdale, COMPANIES AFFORDING COVERAGE AR 727650829 COMPANY A LETTER CODE SUB -CODE U. S. Fidelity & Guaranty Co. - COMPANY ISURED C`• W, Construction LETTER B Route 7 COMPANYLETTER C I Fayetteville, _ AR 727010000 COMPANY LETTER D COMPANY E LETTER 4 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. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION. ALL LIMITS IN THOUSANDS DATE(MMIDDWY) DATE(MM/DD/YY) GENERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOPS AGGREGATE $ CLAIMS MADE OCCUR. PERSONAL & ADVERTISING INJURY $ OWNER'S & CONTRACTOR'S PROT. - EACH OCCURRENCE $ FIRE DAMAGE (Any one fire) $ MEDICAL EXPENSE (Any one person) $ AUTOMOBILE LIABILITY COMBINED r• SINGLE S J ANY AUTO LIMIT ALL OWNED AUTOS I BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON -OWNED AUTOS (Per accident) GARAGE LIABILITY PROPERTY DAMAGE $ l EXCESS LIABILITY OTHER THAN UMBRELLA FORM s -c- j WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY I OTHER Y_ 3904645 90 0 T OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS E: JOB AT CITY OF FAYETTEVILLE T 10/04/90 10/04/91 $ $ $ EACH AGGREGATE OCCURRENCE $ $ STATUTORY $100 (EACH ACCIDENT) $500 (DISEASE -POLICY LIMIT) $ 1 00 (DISEASE -EACH EMPLOYEE DH RTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE cClelland Consulting Engineers, Inc EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 000 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE 0 Box 1229 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR ayetteville AR 72702 LIABILITY OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPR S TATIVE 25-S ©ACORD CORPORATION 1988 r , I. I 1 I. 1 1 I H r NOTICE TO PROCEED To: C.W. Construction Rt. 7 Fayetteville, AR 72701 RErr-IVED M q' - 64991 Date: February 28. 1991 Project: City of Fayetteville Joyce Street Sewer Repairs You are hereby notified to commence WORK in accordance with the Contract dated Feb. 19, 1991, on or before March 4, 1991, and you are -,to complete' -the WORK by -•-April- 18, -1991. Robert W. White BYT J4A w Title Engineer ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by this the S day of AAl , 199/. e Contractor By Title ! . Section 00550 - 1 E MCClet1and o Consalllnp Enpingets Incorporated £ayettevllle, Arkansas H H I H 11 H H I H C r I I 71 I PART III CONDITIONS OF THE CONTRACT MCClenana esr o rs! Cen sulline Engineers Inerporoted Foyetteville, A rkonsos DOCUMENT 00700 GENERAL CONDITIONS TABLE OF CONTENTS DEFINITIONS Page 1. AS APPROVED .. . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . 1 2. AS SHOWN, AND AS INDICATED ................... 1 3. BIDDER. ...................................... 1 4. CONTRACT...... •... •... 1 5. CONTRACT DOCUMENTS .......................... 2 ' 6. CONTRACTOR .... ........ . ...................... 2 7. DAYS ......................................... 2 8. DRAWINGS. . . . . . . . . . . . . . . . . . . . . . ..... 2 9. ENGINEER- . . . . . . . . . ........................... 2 ' 10. NOTICE. .............. ........................ 2 11. OR EQUAL. 3 12. OWNER ....................................... 3 ' 13. PLANS (See DRAWINGS) . ................... ..... 3 14. SPECIFICATIONS ..... .......................... 3 15. NOTICE TO PROCEED. . . ......................... 3 ' 16. SUBSTANTIAL COMPLETION ...................... 3 17. WORK ......................................... 4 ' CONTRACT DOCUMENTS j 18. INTENT OF CONTRACT DOCUMENTS..... ............ 4 19. DISCREPANCIES AND OMISSIONS... ............... 4 20. ALTERNATIONS - CHANGES IN WORK..........••••• 5 21. VERIFICATION OF CONTRACT DOCUMENTS........... 5 ' 22. DOCUMENTS TO BE KEPT ON THE JOBSITE .......... 6 23. ADDITIONAL CONTRACT DOCUMENTS ................ 6 24. OWNERSHIP OF DRAWINGS .............. 6 1 1 Section - 00700 MGpel/ana ncfnt • EcoMurs n InM/Doraba Fonrfo ville, Arkomae I I I I I I I I I 1 H I I I I I THE ENGINEER Page 25. AUTHORITY OF THE ENGINEER .................... 6 26. DUTIES AND RESPONSIBILITIES OF THE ENGINEER . 7 27. REJECTED MATERIAL..,.,....••...••..•••,.•,,.. 8 28, UNNOTICED DEFECTS. . . . . . . . . . . . . . . . . . . . . . . . . . • . 8 8 29. RIGHT TO RETAIN IMPERFECT WORE......."" 30. LINES AND GRADES ............................ 8 9 31. SHOP DRAWINGS SUBMITTAL PROCEDURE............ 32, ADDITIONAL DETAIL DRAWINGS AND INSTRUCTIONS,. 10 THE CONTRACTOR AND HIS EMPLOYEE 33. INDEPENDENT CONTRACTOR ...................... 10 34. SUBCONTRACTING ............................... 10 11 35. INSURANCE AND LIABILITY ...............••• " 15 36. INDEMNITY .................................. 16 37. TAXES AND CHARGES ......................••.'.. 16 38. ORDINANCES, PERMITS, AND LICENSES.....••• 39. SUPERINTENDENCE...... . . . . . . . . . . - . . . . . . . . . . . . 16 40. , RECEPTION OF ENGINEER'S DIRECTIONS........... 17 41. SANITATION.,.,.,.,...............0.0.0.6..... 7 17 42. EMPLOYEES......••a•.•.a...•.....a....0....... 17 43. PROJECT MEETINGS ............................. 17 44. SAFETY,",..'',.,.,''.,.,...................•. 19 45. CONTRACTOR'S TOOLS AND EQUIPMENT.......-" ... 46. PROTECTION OF WORK AND PROPERTY......... 19.... 47. RESPONSIBILITY OF CONTRACTOR TO ACT IN EMERGENCY.................................... 19 20 48. MATERIALS AND APPLIANCES .................... 49. CONTRACTORS' AND MANUFACTURERS' COMPLIANCE WITH STATE SAFETY, OSHA, AND OTHER CODE REQUIREMENTS.................................. 20 50. SUBSTITUTION OF MATERIALS. . . . . . . . . . . . . . . . . . . . 20 51. TESTS, SAMPLES, AND INSPECTIONS .............. 21 52.. ROYALTIES AND PATENTS ........................ 22 53. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE ................... 22 54. CORRECTION OF DEFECTIVE WORK FOUND DURING WARRANTY PERIOD. ,.,.,...I....• ............... 22 ii Section - 00700 I McClelland consolrino Engineers Inocraoroled Fayetteville, Arkansas L L I H El I I I I I I 1J I LUI PROGRESS OF THE WORK Page 55. BEGINNING OF THE WORK ........................ 23 56. SCHEDULES AND PROGRESS REPORTS,................ 23 57. PROSECUTION OF THE WORK ...................... 24 58. ASSIGNMENT ................................... 24 59. OWNER'S RIGHT TO DO WORK ..................... 25 60. OWNER'S RIGHT TO TRANSFER EMPLOYMENT......... 25 61. DELAYS AND EXTENSION OF TIME ................. 26 62. LIQUIDATED DAMAGES ........................... 27 63 . OTHER CONTRACTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 8 64. USE OF PREMISES. . . . . . . .•. . . . . . . . . . . . . . . . . . . . . . 28 65. SUBSTANTIAL COMPLETION DATE .................. 29 66. PERFORMANCE TESTING .......................... 29 67. OWNER'S USE OF PORTIONS OF THE WORK.......... 29 68. CUTTING AND PATCHING ......................... 30 69. CLEANING UP. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 PAYMENT 70. PAYMENT FOR CHANGE ORDERS .................... 30 71. PARTIAL PAYMENTS ............................. 33 72. CLAIMS.,,,,.,,,,,,,., ........................ 36 73. NOTICE OF CLAIM FOR DELAY .................... 36 74. RELEASE OF LIENS OR CLAIMS ................... 37 75. FINAL PAYMENT,',,., .......................... 37 76. NO WAIVER OF RIGHTS.. . . . . . - . - . . - . . . . . -. 37 77. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE ..................................... 38 Section - 00700 iii MCCIe IIand conwlf in ' o M Engineers l In adporaraha Fa1WNVUle, Arkaneae I I I I I I I I I 11 I I I 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 Supplementary 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 shall be understood to be followed otherwise qualified, by the words "by the Engineer". 2. AS SHOWN, AND AS INDICATED The words understood "as shown" and "as indicated" to be followed by the words "on the shall be Drawings". 3. BIDDER The person or persons, partnership, firm or corporation submitting a Proposal for the Work contemplated. 4. CONTRACT The "Contract" is the written agreement covering the performance of the Work and the furnishing of labor, materials, incidental services, tools and equipment in the construction of the Work. It includes supplemental agreements amending or extending the Work contemplated and which may be required to complete the Work in a substantial and acceptable manner. Supplemental agreements are written agreements covering alterations, amendments, or extensions to the contract and include Contract Change Orders. McUelland fgnsulling eu o rn Engineers Incarp ora red royetlevills, Arkansas Section 00700 - 1 J I I I I Ii I I I fl I I I I [] 5 6 7 CONTRACT DOCUMENTS The "Contract Documents" consist of the Bidding Requirements, Contract forms, Conditions of the contract, the Specifications, and the Drawings, including all modifications thereof incorporated into the Documents before their execution, and including all other requirements incorporated by specific reference thereof. These form the contract. CONTRACTOR The person or persons, partnership, firm, or corporation who enters into the Contract awarded him by the Owner. DAYS Unless otherwise specifically stated, the term "days" will be understood to mean calendar days. DRAWINGS. The term "Drawings" refers to the official Drawings, profiles, cross sections, elevations, details, and other working drawings and supplementary drawings, or reproductions thereof, sealed by the Engineer, which show the location, character, dimensions, and details of the Work to be performed. Drawings may either be bound, in the same book as the Project Manual or bound separately and are a part of the Contract Documents, regardless of the method of binding. 9. ENGINEER The person or organization identified as such in the Contract. The term "Engineer" means the Engineer or his authorized representative. 10. NOTICE The term "notice" or the requirement to notify, as used in the contract Documents or applicable state or federal statutes, shall signify a written communication delivered in person or by certified or registered mail to the individual, or to a member of the firm, or to an officer of the corporation for whom it is intended. Certified or registered mail shall be addressed to the last business address known to him who gives the notice. Section 00700 - 2 I McCle'land Co., wit Ing Engineer. Incoraore rid Fayette Hlle, Arkansas I I Li I I I I 11 I I [1 I I 11 12 13 14 15. 16 OR EQUAL The term "or equal" shall be understood to indicate that the "equal" product is the same or better than the product named in the function, performance, reliability, quality, and general configuration. Determination of equality in reference to the Project design requirements will be made by the Engineer. Such "equal" products shall not be purchased or installed by the Contractor without the Engineer's written approval. OWNER The person, organization, or public body identified as such in the Contract. PLANS (See Drawings) SPECIFICATIONS Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards, and workmanship as applied to the work and certain administrative details applicable thereto. Where standard specifications, such as those of ASTM, AASHTO, etc., have been referred to, the applicable portions of such standard specifications shall become a part of these Contract Documents. NOTICE TO PROCEED A written notice given by the Owner to the Contractor (with a copy to the Engineer) fixing the date on which the Contract time will commence to run and on which the Contractor shall start to perform his obligation under the Contract. The Notice to proceed shall be given within 30 days following execution of the Contract by the Owner. SUBSTANTIAL COMPLETION "Substantial Completion" completion of the Project Project, sufficient to discretion, the full-time portion of the Project for intended. shall be that degree of or a defined portion of the provide the Owner, at his use of the Project or defined the purposes for which it was Section 00700 - 3 LI I McClelland Conealring eft ° rx Engineers incorporated Fayetteville, Arkansas I I I L I U I L] I I I 1 I 17 Such substantial completion shall not relieve Contractor from liquidated damages should the Owner have added costs after the completion date, i.e., if additional construction observation, interest paid, loss of revenue, or other expenses continue to be charged to the Owner. 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 HI=] 19 INTENT OF CONTRACT DOCUMENTS The Contract Documents are complementary, and what is called for by one shall be as binding as if called for by all. The intent of the Documents is to include all Work (except specific items to be furnished by the Owner) necessary for completion of the Contract. Materials or Work described in words when so applied have a well-known technical and trade meaning shall be held to refer to such recognized standards. DISCREPANCIES AND OMISSIONS Any discrepancies or omissions found in the Contract Documents shall be reported to the Engineer immediately. The Engineer will clarify discrepancies or omissions, in writing, within a reasonable time. In resolving inconsistencies among two or more Sections of the Contract Documents, precedence shall be given in the following order: 1. CONTRACT 2. SUPPLEMENTARY CONDITIONS 3. SPECIFICATIONS 4. INSTRUCTIONS TO BIDDERS 5. GENERAL CONDITIONS 6. DRAWINGS. Section 00700 - 4 MOClelland si o rn Con suit! ng Engineers Incorporated Fayette vine, Arkansas I I J I I I I L I I I I I H 20 21. 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. ALTERATIONS - CHANGES IN WORK The Owner, without notice to the Sureties and without invalidating the contract, may order changes in the Work within the general scope of the contract by altering, adding to, or deducting from the Work, the contract being adjusted accordingly. All such Work shall be executed under the conditions of the original contract, except as specifically adjusted at the time of ordering such change. In giving instructions, the Engineer may order minor changes in the Work not involving extra cost and not inconsistent with the purposes of the Project, but otherwise, except in an emergency endangering life or property, additions or deductions from the Work shall be performed only in pursuance of an approved Change Order from the Owner, signed or countersigned by the Engineer, or a Change Order from the Engineer stating that the Owner has authorized the deduction, addition, or change, and no claim for additional payment shall be valid unless so ordered. If the Work is reduced by alterations, such action shall not constitute a claim for damages based on loss of anticipated profits. 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 andlocal conditions, and all other matters which can in any way affect the Work under this Contract. Failure to make an examination necessary for this determination shall not release the Contractor from the obligations of this Contract. The Contractor warrants that no verbal agreement or conversation with any officer, agent, or employee of the Owner, or with the Engineer either before or after the execution of this Contract, has affected or modified any of the terms or obligations herein contained. Section 00700 - 5 I MCCiellond O M Con wiling Engineers Incorporated FOyelleville, Arkonsos I I 22. DOCUMENTS TO BE KEPT ON THE JOBSITE I I I I I I I I I I I I I The Contractor shall keep one copy of the Contract Documents on the jobsite, in good order, available to the Engineer and to his representatives. The Contractor shall maintain on a daily basis at the jobsite, and make available to the Engineer on request, one current record set of the Drawings which have been accurately marked up to indicate all modifications in the completed Work that differ from the design information shown on the Drawings. Upon substantial completion of the Work, the Contractor shall give the Engineer one complete set of marked up record Drawings. 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 shall Section 00700 - 6 C MOCle fland I a M ConealilnQ Engineers Inmraorored Fayetteville, Arkonsas I I I I 26 I I I I I H I1 C C I I have the authority to reject Work and material which does not conform to the Contract Documents. However, neither the Engineer's authority to act under this provision, nor any decision made by him in good faith either to exercise or not to exercise such authority, shall give rise to any duty or responsibility of the Engineer to the Contractor, any Subcontractor, their respective Sureties, and 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 shall not be required to make comprehensive or continuous inspections to check quality or quantity of the Work, and he shall not be responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the Work. Visits and observations made by the Engineer shall not relieve the Contractor of his obligation to conduct comprehensive inspection of the Work and to furnish materials and perform acceptable Work, and to provide adequate safety precautions, in conformance with the intent of the Contract. The Engineer will make decisions, in writing, on all claims of the Owner or the Contractor arising from interpretation or execution of the Contract Documents. Such decision shall be necessary before the Contractor can receive additional money under the terms of the Contract. Changes in Work ordered by the Engineer will be made in compliance with 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 Construction observers shall have the power to issue instructions and make decisions within the limitations of the authority of the Engineer. The Contractor shall furnish all reasonable assistance required by the Engineer or construction observer for proper review of the Work. Construction observers shall not have the power of 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 Section 00700 - 7 I McClelland a M Consutlina Enpineen lncvraorolsd raysllevllle, Arkansas I I I I I I I I I H I I C I L 29 30 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. 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. UNNOTICED DEFECTS 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 Contract Documents. Failure on the part of the Engineer to condemn or reject bad or inferior Work or materials shall not be construed to imply acceptance of such Work or materials. The Owner shall reserve and retain all of its rights and remedies at law against the Contractor and its surety for correction of any and all latent defects discovered after the guarantee period. RIGHT TO RETAIN IMPERFECT WORK In any part or portion of the Work done or material furnished under this Contract shall prove defective and not in accordance with the Drawings and Specifications, and if the imperfection in the same shall not be of sufficient magnitude or importance as to make the Work dangerous or unsuitable, or if the removal of such Work will create conditions which are dangerous or undesirable, the Owner shall have the right and authority to retain such Work but shall make such deductions in the final payment 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. 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 Section 00700 - 8 I MCClel fond i o m Engineers Eis Engines Inca-Dorobd Fay.Hevllls, Arkansas Li I I I I I I I I I I 11 H 31 destruction or removal by him or his employees, such stakes, marks, and other information will be replaced at the Contractor's expense. SHOP DRAWINGS 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 drawings may be rejected and one (1) set will be returned to the Contractor with such changes or corrections indicated, and the Contractor shall correct and resubmit the shop drawings in quadruplicate, unless otherwise directed by the Engineer. No changes shall be made by the Contractor to resubmitted shop drawings other than those changes indicated by the Engineer, unless such changes are clearly described in a letter accompanying the resubmitted shop drawings. Section 00700 - 9 MCCISI!Q,ld ' I o Con saltlnQ .rs m -p Inoraoin.. rabE Fayottevllle, Arkansas I I I I I I I [I I I 32 The review of such shop drawings and catalog cuts by the Engineer shall not relieve the Contractor from responsibility for correctness of dimensions, fabrication details, and space requirements or for deviations from the Contract Drawings or Specifications unless the Contractor has called attention to such deviations in writing by a letter accompanying the shop drawings and the Engineer approves the change or deviation in writing at the time of submission; nor shall review by the Engineer relieve the Contractor from the responsibility for errors in the shop drawings. When the Contractor does call such deviations to the attention of the Engineer, the Contractor shall state in his letter whether or not such deviations involve any deduction or extra cost adjustment. 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 development thereof, and reasonably inferable therefrom. THE CONTRACTOR AND HIS EMPLOYEES 33 34 INDEPENDENT CONTRACTORS The Contractor shall perform all Work under this Contract as an Independent Contractor and shall noR be considered as an agent of the Owner or of the Engineer, nor shall the Contractor's subcontractors or employees by subagents of the Owner or of the Engineer. 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. Section 00700 - 10 MCCIsiland Consu ling ou o rn Enameers In Corp orated Fayette vil$s, Arkansas I I I I I I I II I I , I I I 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 certificates of insurance specified herein showing the type, amount, class of operations covered, effective dates, and date of expiration of policies, and containing substantially the following statement. "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 subcontractor to commence Work on his subcontract until insurance specified below has been obtained. Review of the insurance by the Owner shall not relieve or decrease the liability of the Contractor hereunder. Section 00700 - 11 H McClelland nsuit! ng Engineers InaoCorp oraNd Fayelfevflle, Arkansas :, I I I I I I I I I I I I [T I I C. COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE The Contractor shall maintain during the life of this Contract the statutory Workmen's Compensation, in addition, Employer's Liability Insurance in an amount not less than $100,000 for each occurrence, for all of his employees to be engaged in Work on the Project under this Contract and, in case any such Work is sublet, the Contractor shall require the subcontractor similarly to provide Workman'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 Haborworker's Act and the Federal Jones Act. Employer's Liability Insurance shall be extended to include waiver of subrogation to the Owner. GENERAL LIABILITY. INSURANCE The Contractor shall maintain during the life of this Contract such general liability, completed operations and products liability, and automobile liability insurance as will provide coverage for claims for damages for personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from performance of the Work under this Contract. The general liability policy should also specifically ensure the contractual liability assumed by the contractor under Article Indemnification. Coverage for property damage shall be on a "broad form" basis 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 Property Damage: $250,000 each occurrence $250,000 aggregate Section 00700 - 12 I Math Via nd m a rw Conwiting Engineers Incorporated Foy.?teville, Arkansas 1 I I II I I I H I LI I 1 2 3 Include the following coverage: o waiver of all "XCU" exclusions. o Broad Form Property Damage and Personal Injury Liability. o Independent Contractor's Coverage 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. 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 liability directly or indirectly arising out of the Work performed under this Contract by a subcontractor., which liability is not covered by the subcontractor's insurance. The Contractor' liability and policies shall their officers, insureds for performed under s and any subcontractor's general automobile liability insurance include the Owner and Engineer, agents, and employees as additional any claims arising out of Work this Contract. Section 00700 - 13 MCCletlar4 Con sulti no sr o rn Cooinse rs In cur aorateo Fariltovilte, Grkonros I I I I I I I I I I I I I E. F M BUILDER'S RISK ALL-RISK INSURANCE 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 shall provide for losses to be paid to the Contractor, Subcontractor, and the Owner as their interests may appear. OWNER'S AND CONTRACTOR'S PROTECTIVE LIABILITY INSURANCE The contractor's 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: $ 500,000 each person $1,000,000 aggregate Property Damage $ 250,000 each person $ 250,000 aggregate OR $1,000,000 combined -single limit each occurrence/aggregate. 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 liabilitypolicy all endorsements that the said authority may require for the protection of the authority, its officers, agents and employees. Section 00700 - 14 k I McClelland Coris1 0 M nnolrs Enpineers Incorporated Fayeltevllle, Arkansos J I H L [] I I 1 I I 1 I I I 1 I 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 Contractor, there will be no personal liability upon any public official. 36. INDEMNITY The Contractor shall indemnify and hold harmless the Owner, the Engineer, and their agents and employees from and against damages, losses, and expenses including attorney's fees, up to the amount of the Contract price, arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury or to destruction of tangible property (other than the Work itself) , including the loss of use resulting therefrom, and (2) is caused in whole or in part by any act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, provided that such claims, damages, losses, and expenses are not proximately caused 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 subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this Article shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for the Contractor or any subcontractor under Workmen's Compensation Acts, Disability Benefit Acts, or other Employee Benefit Acts. Section 00700 - 15 1 MCClelland Con "ii I a M ring Engineers Incorporated fohllevllle, Arkansas I I I I I I I I I I I L 37 38 39 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. ORDINANCES, PERMITS, AND LICENSES The Contractor shall keep himself informed of all local ordinances, as well as state and federal laws, which *in any manner affect the Work herein specified. The Contractor shall at all times comply with said ordinances, laws, and regulations, and protect and indemnify the Owner, the Engineer and their respective employees, and its officers and agents against any claim or liability arising from or based on the violation of any such laws, ordinances, or regulations up to the amount of the Contract Price. All permits, licenses, and inspection fees necessary for prosecution and completion of the Work shall be secured and paid for by the Contractor, unless otherwise specified. SUPERINTENDENCE The Contractor shall keep on the Work, during its progress, competent supervisory personnel. The Contractor shall designate, in writing, before starting Work, one authorized representative who shall have complete authority to represent and to act for the Contractor. The Contractor shall give efficient supervision to the Work, using his best skill and attention. The Contractor shall be solely responsible for all construction means, methods, techniques, and procedures, and for providing adequate safety precautions and coordinating all portions of the Work under the Contract. It is specifically understood and agreed that the Engineer, its employees and agents, shall not have control or charge of and shall not be responsible for the construction means, methods, techniques, procedures, or for providing adequate safety precautions in connection with the Work under the Contract. Section O0700 - 16 I MCClallane ryl 0 M Caatalfiny £npineer5 In Mroorane Fayetteville, Arkansas I I I I I 1 I LI I I I [1 40. RECEPTION OF ENGINEER'S DIRECTION 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 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 conveniences facilities shall be as 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 discharged 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 of persons required to be present shall be as directed by the Engineer. Contractor shall comply with these attendance requirements and shall also require his subcontractors to comply. 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 requirement shall apply continuously and not be limited to normal working hours. Section 00700 - 17 MOGsllane / 0 M Ea^wLNna Erglnors InCNpOrand Fayetteville, Arkansas I I I I I I I I I I I I I Safety provisions shall conform to U.S. Department of Labor; (OSHA) ; the State Labor Department Laws; all other applicable federal, state, county, and local laws, ordinances, and codes; the requirements set forth below; and any regulations that may be detailed in other parts of these Documents. Where any of these are in conflict, the more stringent 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 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. The duty of the Engineer to conduct construction review of the Contractor's performance is not intended to include a review or approval of the adequacy of the Contractor's safety supervisor, the safety program, or any safety measures taken in, on, or near the construction site. The Contractor, as a part of his safety program, shall maintain at his office, or other well-known place at the jobsite, safety equipment applicable to the Work as prescribed by the aforementioned authorities, all articles necessary for giving first aid to the injured, and shall establish the procedure for the immediate removal to a hospital of 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 statements of witnesses. If a claim is made by anyone against the Contractor or any subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the Engineer, giving full details of the claim. Section 00700 - 18 ' C nW fiend Erginrrrs InarooraM1d Fapila vilb, Arkonsos I I CONTRACTOR'S TOOLS AND EQUIPMENT I I I 1 ' I I I I I I The Contractor's tools and equipment used on the Work shallbe 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. PROTECTION OF WORK AND PROPERTY The Contractor shall at all times safely guard the owner's property from injury or loss in connection with this Contract. The Contractor shall at all times safely guard and protect from damage his own Work, and that of adjacent property (as provided by law and the Contract Documents). All passageways, guard fences, lights, and other facilities required for protection by federal, state, or municipal laws -and regulations and local conditions, must be provided and maintained. The Contractor shall protect his Work and materials from damage due to the nature of the Work, the elements, carelessness of other Contractors, or from any cause whatever until the completion and acceptance of the Work. All loss or damages arising out of the nature of the Work to be done under these Contract Documents, or from any unforeseen obstruction or defects which may be encountered in the prosecution of the Work, or from the action of the elements, shall be sustained by the Contractor. In addition, the contractor shall take special precautions to prevent the "flotation" of all tanks and structures prior to their final acceptance and filling for beneficial use. The Contract price shall include all costs associated with such special precautions. Also, the Contractor shall not load or permit any part of any structure to be loaded with a weight that will endanger its safety or its structural integrity.. 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 thereafter. McCle Nand Can w 'tin a Engineers inarparote d Fayetuvllle, Arkansas Section 00700 - 19 I I J H F H I I Li I J I H I I 48 49 50 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. MATERIALS AND APPLIANCES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation, and other facilities necessary for the execution and completion of the Work. Unless otherwise specified, all material shall be new, and both workmanship and materials shall be of good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. In selecting and/or approving equipment for installation in the Project, the Owner and Engineer assume no responsibility for injury or claims resulting from failure of the equipment to comply with applicable national, state, and local safety codes or requirements, or the safety requirements of a recognized agency, or failure due to faulty design concepts, or defective workmanship and materials. CONTRACTOR'S AND MANUFACTURERS' COMPLIANCE WITH STATE SAFETY, OSHA, AND OTHER CODE REQUIREMENTS. The completed Work shall include all necessary permanent safety devices, such as machinery guards and similar ordinary safety items required by the state and federal (OSHA) industrial authorities and applicable local and national codes. Further, any features of the Work (including owner -selected equipment) subject to such safety regulations shall be fabricated, furnished, and installed in compliance with these requirements. Contractors and manufacturers of equipment shall be held responsible for compliance with the requirements included herein. Contractors shall notify all equipment suppliers and subcontractors of the provisions of this Article. 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 or construction, or process is indicated or specified by patent or proprietary name, by name of manufacturer, or Section 00700 - 20 ' Macla lland I 0 M considing oers ra Incaeps>poroNd FaystlovlIlo, Arkansas I I I I I I 51 I Li I I I I I I 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 That 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 deem 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. TESTS, SAMPLES AND INSPECTIONS The Contractor shall furnish, without extra charge, the necessary test pieces and samples, including facilities and labor for obtaining the same, as requested by the Engineer. When required, the Contractor shall furnish certificates of tests of materials and equipment made at the point of manufacture by a recognized testing laboratory. The Owner, Engineer, authorized government agents, and their representatives shall at all times be provided safe access to the Work wherever it is in preparation or progress, and the Contractor shall provide facilities for such access and for inspection, including maintenance of temporary and permanent access. If the Specifications, the Engineer's instructions, laws, ordinances, or any public authority requires 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 uncovered for examination at the Contractor's expense. Section 00700 - 21 I MCCle Ilona e� o rn Coo WH ling Engineers lnccrporalea Fayettev0le, Arkansas C l I IH I I I I U I I I I Li I L I 52 53. 54 ROYALTIES AND PATENTS The Contractor shall pay all royalty and license fees, unless otherwise specified. The Contractor shall defend all suits and claims for infringement of any patent rights and shall save the Owner and the Engineer harmless from any and all loss, including reasonable attorneys' fees, on account thereof, up to the amount of the Contract Price. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the Work should be stopped under an order of any court or other public authority for a period of more than 3 months, through no act or fault of the Contractor, its Subcontractors, or respective employees or agents, then the Contractor may, upon 15 days' written notice to the Owner and the Engineer, if said default has not been cured, stop Work to terminate this Contract and recover from the Owner payment for the reasonable value of Work performed. CORRECTION OF DEFECTIVE WORK FOUND DURING WARRANTY PERIOD The Contractor hereby agrees to make, at his own expense, all repairs or replacement necessitated by defects in materials or workmanship, supplied under terms of this Contract, and pay for any damage to other work 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 materials provided by subcontractors or manufacturers of packaged equipment components. The effective date for the start of the guarantee or warranty period for equipment qualifying as substantially complete is defined in Article 16, SUBSTANTIAL COMPLETION, and Article 65, SUBSTANTIAL COMPLETION DATE, in these General Conditions. The Contractor also agrees to hold the Owner and the Engineer harmless from liability of any kind arising from damage due to said defects. The Contractor shall make all repairs and replacements promptly upon receipt of written order for same from the Owner. If the Contractor fails to make the repairs and replacements promptly, the Owner may do the Work, and the Contractor and his Surety shall be liable for the cost thereof.. Any additioinal Section 00700 - 22 L Macl.(land ear o rra c°°wltin0 Enylneera lncorp oICMd Fopb.vllle, Arkamo. H H H I I I I I Ll, I I I I I 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. Construction ScheduleReauirements: The Contractor shall comply with the following requirements concerning construction scheduling and payments: The Contractor shall submit a construction schedule of the bar graph type (or other approved type) prior to the 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. d. Beginning and completion dates for each phase of Work. e. The dates at which special detail drawings are required. f. Respective dates for submission of shop drawings and the beginning of manufacture, the testing of, and the installation of materials, supplies, and equipment. g. All construction milestone dates. Section 00700.- 23 I I O Con eultlnp Inaaraoroba Fay0teville, Arkoneoe I I I I I L 57 L C H I I I I 1 I I Li h. A separate graph showing Work placement in dollars versus Contract time. The schedule shall incorporate approved Contract changes. The schedule shall be maintained in an up-to-date condition monthly and shall be available for inspection at the construction site at all times. The construction schedule shall be submitted inconjunction with and/or in addition to any other requirements concerning schedule within these Specifications. 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 the Contractor 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 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. ASSIGNMENT Neither party to the Contractor shall assign the Contract or sublet it as a whole, without the written consent of the other, nor shall the Contractor assign any monies dues or to become due to him hereunder without the previous written consent of the Owner. Section 00700 - 24 ' MnUsrlane r o M Conwl Elgino.rsos IncoraoraNe Foy.?tevilil Arkansos H I OWNER'S RIGHT TO DO WORK I Li I L L 60 I I I I [1 I I I I I If the Contractor should, in the opinion of the Engineer, neglect to prosecute the Work properly or should neglect or refuse at his own cost to take up and replace Work as shall have been rejected by the Engineer, then the Owner shall notify the Surety of the condition, and after 10 days' written notice to the Contractor and the Surety, or without notice if an emergency or danger to the Work or public exists, and without prejudice to any other right which the Owner may have under the Contract, take over that portion of the work which has been improperly executed or uncompleted, and make good the deficiencies and deduct the cost thereof from the payments then or thereafter due the Contractor, and if such payments are not sufficient thereof, charge the cost to the Contractor and its surety. 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, of if a receiver should be appointed on account of his insolvency, or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workers or proper materials, or if he should fail to make prompt payment to subcontractors for material or labor, or persistently disregard laws, ordinances,or the instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the Contract or any laws or ordinance, 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 employment for said Work from the Contractor to the Surety. Upon receipt of such notice, such Surety shall enter upon the premises and take possession of all materials, tools, and appliances thereon for the purpose of completing the Work included under this Contract and employ, by Contract and otherwise, any qualified person or persons to finish the Work and provide the materials therefore, in accordance with the Contract Documents, without termination of the continuing full force and effect of this Contract. In case of such transfer of employment to such Surety, the Surety shall be paid in its own name on estimates according to the terms hereof without any right of the Contractor to make any claim for the same or any part thereof. Section 00700 - 25 H McClelland en o Consul ring fnglneer3 Incorporated Fayetteville, Arkansas I I I [1 IT I i I L J H I H I I 61 If after the furnishing of said written notice to the Surety, the Contractor and the Surety still fail to make reasonable progress on the performance of the Work, the Owner may terminate the employment of the Contractor and take possession of the premises and of all materials, tools and appliances, thereon and finish the Work by whatever method he may deem expedient and charge the cost thereof to the Contractor and Surety. In such case, the Contractor shall not be entitled to receive any further payment until the Work is finished. If the expense of completing the Contract, including compensation for additional managerial and administrative services, shall exceed such unpaid balance, the Contractor and the Surety shall pay the difference to the Owner. 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 the delay has been remedied, the Contractor shall give 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 damage 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 a severity that would stop all progress of the Work, may be considered as cause for an extension of Contract completion time. The Contractor Section 00700 - 26 4 I McClelland o ,w Canwltin p Enpineeri Incorporated Fayetteville, Arkansas I I I 1 [I [1 El [.1 I I 1 I [I I shall provide official documentation of weather conditions experienced versus those anticipated as described above. Delays in delivery of equipment or material purchased by the Contractor or his subcontractors (including Owner -selected) equipment shall not be considered as a just cause for delay. The Contractor shall be fully responsible for the timely ordering, scheduling, expediting, delivery, and installation of all equipment and materials. Within a reasonable period after the Contractor submits to the Owner a written request for an extension of time, the Engineer will present. his written opinion to the Owner as to whether an extension of time is justified, and, if so, his recommendation as to the number of days for time extension. The Owner will make the final decision on all requests for extension of time. In no 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. 62. LIQUIDATED DAMAGES The Work shall begin at the time stated in the Notice to Proceed issued by the Owner to the Contractor and shall be completed within the number of consecutive calendar days, or by the calendar date, stated in the accepted 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 consideration the average climatic range and usual construction conditions prevailing in this locality. MCC'leStand eu o rn Coosulllna Enalneers incorporated Fayetteville, Arkansas Section 00700 - 27 i 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. 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 completion of the Work under this Contract. The Contractor's failure to so inspect and report shall constitute acceptance of the Work by others as being suitable for the proper reception and completion of the Work under this Contract, excluding, however, those defects in the Work by others that occur after the satisfactory completion of the Work specified hereunder. The Contractor shall confine his equipment, the storage of materials, and the operation of his workers to limits shown on the Drawings or indicated by law, ordinances, permits, or directions of the Engineer, and shall not unreasonably encumber the premises with his materials. The Contractor shall provide, at his own expense, the necessary rights -of -way and access to the Work which may be required outside the limits of the Owner's property. McCIeilend Cm,Wll/np ° ro Englneen lnowppro Ltd Fa)efle vllfe, Arkansas 1 'I 65. SUBSTANTIAL COMPLETION DATE I I I I I I Li I I I I I 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 the Contractor from liquidated damages should the Owner have added costs after the completion date, i.e., if additional construction observation, interest paid, loss of revenue, or other expenses continue to be charged to the Owner. 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 specified design operating conditions or under such simulated operating conditions as recommended or approved by the Engineer. Schedule such testing with the Engineer at least 1 week in advance of the planned date for testing. 67. OWNER'S USE OF PORTIONS OF THE WORK I ' The Owner shall have the right to take possession of and use any completed or partially completed portions of the Work. Such use shall not be considered as final acceptance of any portion of the Work, nor shall such use be considered as cause for an extension of the Contract Section 00700 - 29 L MOCK florid r o rn Con wl'in p Engineers IJ, poro red Faye"evllle, Arkansas I 1 I I I [Ti 1 I 1J 1 r completion time, unless authorized by a Change Order issued by the Owner. 68. 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 reasonable implied by the Drawings. Any defective Work or material, performed or furnished by the Contractor, that may be discovered by the Engineer before the final acceptance of the Work or before final payment has been made, shall be removed and replaced or patched, in a manner as approved by the Engineer at the expense of the Contractor. 69. CLEANING UP The Contractor shall, at all times, at his own expense, keep property on which Work is in progress and the adjacent property free from accumulations of waste material or rubbish caused by employees or by the Work. Upon completion of the construction, the Contractor shall at his own expense, remove all temporary structures, rubbish, and waste materials resulting from his operations. PAYMENT 70. PAYMENT FOR CHANGE ORDERS Payment or credit for any alternations 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 applicable, the Contractor and Owner may utilize Unit Prices as mutually agreed upon. B. LUMP SUM. A total lump sum for the Work may be negotiated as mutually agreed upon by the Contractor and Owner. In "A" and "B" above, Contractor's quotations for Change Orders shall be in writing and firm for a period of 90 Section 00700 - 30 McClelland MI a M Con wit! Engineers incorporated Fayetteville, Arkansas I I I I I I ,1 I I C1 I I I days. Any compensation paid in conjunction with the terms of a Change Order shall comprise total compensation due the Contractor for the Work or alteration defined in the Change Order. By signing the Change Order, the Contractor acknowledges that the stipulated compensation includes payment for the Work or alteration plus all payment for the interruption of schedules, extended overhead, delay or any other impact claim or ripple effect, and by such signing specifically waives any reservation or claim for additional compensation in respect to the subject of the Change Order. The Owner's request for quotations on alterations to the Work shall not be considered authorization to proceed with the Work prior to the issuance of a formal Change Order, nor shall such request justify any delay in existing Work. Lump Sum quotations for alterations to the Work shall include substantiating documentation with- an itemized breakdown of Contractor and subcontractor costs, including labor, material, rentals, approved services, overhead, and profit calculated as specified under "C" below. C. FORCE ACCOUNT WORK. If the method of payment cannot be agreed upon prior to the beginning of the work, and the Owner or the Engineer directs that the Work be done by written Change Order or on a force account basis, then the Contractor shall furnish labor, equipment, and materials necessary to complete the Work in a satisfactory manner and within a reasonable period of time. For the Work performed, payment will be made for the documented actual cost of the following: 1. Labor, including foremen, who are directly assigned to the force account Work: (actual payroll cost, including wages, fringe benefits as established by negotiated labor agreements, labor insurance, and labor taxes as established by law). No other fixed labor burdens will be considered, unless approved in writing by the Owner. 2. Material delivered and used on the designated work, including sales tax, if paid 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. Section• 00700 - 31 I MOcleliand o Gmsvilln0 Engineers InWOoraleE Fayefleville, Arkansas I 4. Additional bond, as required and approved by the Owner. I I I I .1 I L I I 5. Additional insurance (other than labor insurance) as required and approved by the Owner. To costs under 70C, FORCE ACCOUNT WORK, there will be added the following fixed fees for the Contractor or subcontractor actually performing the Work. A fixed fee not to exceed 15 percent of the cost of all items above. The added fixed fees shall be considered to be full compensation, covering the cost of general supervision, overhead, profit, and any other general expense. The Owner reserves the right to furnish such materials and equipment as he deems expedient, and the Contractor shall have no claim for profit or added fees on the cost of such materials and equipment. For equipment under Item 3 above, rental or equivalent rental cost will be allowed for only those days or hours during which the equipment is in actual use. Rental and transportation allowances shall not exceed the current rental rates prevailing in the locality. The rentals allowed for equipment will, in all cases, be understood to cover all fuel, supplies, repairs, and renewals, and no further allowances will be made for those items, unless specific agreement to that effect is made. The Contractor shall maintain his records in such a manner as to provide a clear distinction between the direct cost of Work paid for a force account basis and the costs of other operations. The Contractor shall furnish the Engineer report sheets in duplicate of each day's force account Work no later than the working day following the performance of said Work. The daily report sheets shall itemize the materials used, and shall cover the direct cost of labor and the charges for equipment rental, whether furnished by the Contractor, subcontractor, or other forces. The daily report sheets shall provide names or identifications and classifications of workers, the hourly rate of pay and hours worked, and also the size, type, and identification number of equipment and hours operated. Section 00700 - 32 MCCJelland er, o rn Consulting Engineers Incorvaraled Fayeuevdle, Arkansas Li I I I I i I I I U I I 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. PARTIAL PAYMENTS A. GENERAL Nothing contained in this Article shall be construed to affect the right, hereby reserved, to reject the whole or any part of the aforesaid Work, should such Work be later found not to comply with the provisions of the Contract Documents. All estimated quantities of Work for which partial payments have been made are subject to review and correction on the final estimate. Payment by the Owner and acceptance by the Contractor of partial payments based on periodic estimates of quantities of Work performed shall not in any way, constitute acceptance of the estimated quantities used as the basis for computing the amounts of the partial payments. For public works projects, each partial payment request and final payment request shall contain an affidavit by the Contractor that all provisions of the applicable federal and state requirements regarding apprentices and payment of prevailing wages have been complied with by him and by his Subcontractors. B. ESTIMATE AND PAYMENT Before the first working day of each calendar month, the Contractor shall submit to the Engineer a detailed estimate of the amount earned for the separate portions Section 00700 - 33 I MCCIalland O M Consulting Engineers Incorporated Forattevllls, Arkansas 1 I I i I I I I I I I ii I of the Work, and request payment. As used in this Article, the words "amount earned" means the value, on the date of the estimate for partial payment, of the Work completed in accordance with the Contract Documents, and the value of approved materials delivered to the Project site suitably stored and protected prior to incorporation into the Work. If the Contractor's estimate of amount earned conforms with the Engineer's evaluation, the Engineer will calculate the amount due the Contractor and make recommendation to the Owner for payment. An estimate of monthly progress payments shall be provided for the entire job prior to the first payment request. An update of the estimate of progress payments shall be updated if the actual progress differs by more than 20 percent in any given month. Each monthly payment request shall include the required updated Schedule. If the updated Schedule is not submitted, the Owner may withhold payment until this item is completed. The Contractor shall be paid within 30 days of approval of the payment request. C. DEDUCTION FROM ESTIMATE Unless modified in the Supplementary Conditions, deductions from the estimate will be as described below. The Owner will deduct from the estimate, and retain as part security, 10 percent of the amount earned for Work satisfactorily completed. However, no deduction or retainage will be made on the approved items of material delivered to and properly stored at the 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 determines, at his discretion, that the Contractor is not making satisfactory progress or where there is other specific cause for such withholding. NOTE: Exception -- If the Work includes water or sewer pipelines, the Contractor shall maintain the Work for a period of ninety (90) days following its acceptance by OWNER. Up to five percent (5%) of the Contract amount shall be retained during this maintenance period. All prior payments shall be subject to correction in the final payment. This 90 -day period does not relieve the M CC I, 110 rid 1 o rve Guilein n ncorpo IaoraeraleC Fayetteville, Arkansas Section 00700 - 34 } t i4 u I U D I I I i I I I I I 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 Supplementary Conditions, qualification for partial payment for materials delivered but not yet incorporated into the Work shall be as described below. Materials, as used herein, shall be considered to be those items which are fabricated or manufactured materials and equipment. To receive partial payment for materials delivered to the site, but not incorporated in the Work, it shall be necessary for the Contractor to include invoices of such materials and documentation warranting that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein; all of which must be satisfactory to Owner. At the time of the next partial payment request, the Contractor must submit the following documentation relative to materials paid on the previous partial payment: paid invoices of such materials or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests, and encumbrances (i.e., all materials have been paid for by Contractor). Failure to submit this documentation will result in an appropriate reduction on the current partial payment estimate for such materials. At his sole discretion, the Engineer may approve items for which partial payment is to be made. Proper storage and protection shall be provided by the Contractor, and as approved by the Engineer. Final payment shall be made only for materials actually incorporated in the work and, upon acceptance of the Work, all materials remaining for which advance payments had been made shall revert to the Contractor, unless otherwise agreed, and partial payments made for these items shall be deducted from the final payment for the Work. 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 Section 00700 - 35 MCCI.'Jand a ,» Canwlllna Elgin. Incvaoralralta Fayetteville, Arkomet I P I I I [I I I I receipt of an approved request, except where the Owner is a municipality or other agency whose laws require the approval of each payment by a council or similar body, in which case, the payment shall become due and payable 10 days after the first regularly -scheduled meeting in the month following the submittal of such payment request. 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, ALTERATIONS - CHANGES IN WORK, the Contractor shall notify the Engineer, in writing, of his intention to make claim, in order that such matters may be settled, if possible, or other appropriate action promptly taken. If such notification is not given or the Engineer is not afforded proper facilities by the Contractor for keeping strict account of actual cost, then the Contractor hereby agrees to waive the claim for such additional compensation. Such notice by the Contractor, and the fact that the Engineer has kept account of the cost as aforesaid, shall not in any way be construed as proving the validity of the claim. Claims for additional compensation shall be made in itemized detail and submitted, in writing, to the Owner and Engineer within 10 days following completion of that portion of the Work for which the Contractor bases his claim. In case the claim is found to be just, it shall be allowed and paid for as provided in Article 70, PAYMENT FOR CHANGE ORDERS. 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 EXTENTION 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 prosecution, by reason of any litigation, the Contractor shall not be entitled to make or assert claim for damage by reason of said delay; but time for completion of the Work will be extendedtosuch Section 00700 - 36 M rJana Lon Wlnp o rn from eron Sri Corp af 011a Fayrrlo vlSlr, Arkomar I I I I I I I [1 I I I I I LI I 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, and other provisions as may be applicable, the Owner shall pay to the Contractor all monies due him under the provisions of these Contract Documents. On contracts for public works, final payment of the retained percentage will not be made until the Contractor has also furnished the applicable apprenticeship wage certification. 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 provision of this Contract, or any power herein reserved to the Owner, or any right to damages Section 00700 - 37 I McClelland o rn Engineers In orpoers In corotS Foyelrevllls, Arkansas I I I I I I I I I I I I 77 herein provided nor shall any waiver of any breach in this Contract be held to be a waiver of any other or subsequent breach. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE The acceptance by the Contractor of the final payment shall release the Owner and the Engineer, as agent of the Owner, from all claims and all liability to the Contractor for all things done or furnished in connection with the Work, and every act of the Owner and others relating to or arising out of the Work. No payment, however, final or otherwise, shall operate to release the contractor or his Sureties from obligations under this Contract and the Performance and Payment Bonds, and other bonds and warranties, as herein provided. Section 00700 - 38 I MCClellano o rn Con selling Enalneers Inrorporo? d Footroville, Arkansas I I I I I I [.I I Li I 1 I 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 City roads. Section 00800 - 1 HI 11 I MCCtatiand esi o rve Consul ring Enpinaers Incorporated Fayetrevllla, Arkonsas t I I I I I I I ARTICLE 22. "DOCUMENTS TO BE KEPT ON THE JOBSITE" Add the following: 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: 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 forconstruction, 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 All 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, and in all 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. Section 00800 - 2 nUetingE Gansulling n o rve Engineers nco.poraI IccraotaJ Fayetteville, Arkansas I i H I I I I I I CI I I 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. S. Department of Labor's Occupational Safety and Health Standards, as established in Public Law 91-596, will be required under the terms of this Contract. 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 carelessness on the part of the Contractor, and that the destruction of these stakes and marks causes a delay in the work, the Contractor shall have no claim for damages or extensions of time. In the case of any permanent monuments or bench marks which must of necessity be removed or disturbed in the construction of the work, the Contractor shall carefully protect and preserve the same until they can be properly referenced and relocated. The Contractor shall also furnish at his own expense such materials and assistance as are necessary for the proper replacement of monuments or bench marks that have been moved or destroyed. Section 00800 - 3 ' Consulting esi n o rve £nvneers ea Eno'poro' maorp orolea Foyetleville, Arkansas I L I I LI I 1 I I 1 I I Section 00800 - 4 ARTICLE 57. "PROSECUTION OF WORK" OVERTIME PAYMENT Overtime hours shall be considered Contractor in excess of 40 hours fi and/or any time on Saturday, Sunday, in the Owner's opinion requires observer's presence to observe such any hours worked by the :om Monday through Friday and legal holidays, which the Engineer's resident 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 against 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 are not sufficient to cover such amount, the Contractor shall pay the difference to the Owner. I ' MtQerin esr o rro Consulting Engineers Incorporated Farerleville, Arkansas i7 I I I I I I I I I I I I 11 I I I 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 shall 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. 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 shall 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 Section 00800 - 5 Maclellana COnZUIIinQ nco Engineers Incorporated Foralleville, Arkansas I I I I I I I I C1 I I I the time frame(s) stipulated herein. 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 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 additiveS and deductive items. Section 00800 - 6 I MccleIland eSl o rve consulting Engineers lnooraoraPod Foye?t vitle, Arkansas i Add the following 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's home 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. "PARTIAL PAYMENTS" SUBARTICLE "ESTIMATE" 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. 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. SUBARTICLE "DEDUCTION following: When the work is substantially complete (operational or beneficial occupancy), the retained amount may, at the option of the Owner, be further reduced below 5 percent to only that amount necessary to assure completion. Moclellond esi o rn Ccnsulllna Engineers Incueporaled Fayeffeville, Arkansas PART IV SPECIFICATIONS 1 Mac/gainers al o rn Consulting Engineers Incorporated Foyst evills, Arkansas 1 I 1 I I I I 1 I I I I I [ I I [1 I SECTION 01000 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 Steel Construction AISI American Institute of Steel Institute AITC American Institute of Timber Construction AMCA Air Moving and Conditioning Association ANSI American National Standards Institute APA American Plywood Association API American Petroleum Institute AREA American Railway Engineering Association ASAE American Society of Agricultural Engineers ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air -Conditioning Engineers, Inc. ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials AWI Architectural Woodwork Institute AWS American Welding Society AWPA American Wood Preservers' Association AWPB American Wood Preservers Bureau AWWA American Water Works Association BHMA Builders Hardware Manufacturers' Association CBMA Certified Ballast Manufacturers' Association CDA Copper Development Association CISPI Cast Iron Soil Pipe Institute CMAA Crane Manufacturers' Association of America CRSI Concrete Reinforcing Steel Institute Section 01000 - 1 McClelland ev o rw engineers engineers InCOrperaled Faye)levllle, Arkamne U I I I I L I I I I I I I I CI I EPA Environmental Protection Agency Fed. Spec. Federal Specifications HI Hydraulic Institute HMI Hoist Manufacturers' Institute 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 MMA Monorail Manufacturers' Association NBHA National Builders' Hardware Association NEC National Electrical Code NEMA National Electrical Manufacturers' Association NESC National Electric Safety Code NFPA National Fire Protection Association NLMA National Lumber Manufacturers' Association NWMA National Woodwork Manufacturers' Association OECI Overhead Electrical Crane Institute OSHA occupational Safety and Health Act (both Federal and State) PS Product Standards Section - U.S. Department of Commerce RLM RLM Standards Institute, Inc. RMA Rubber Manufacturers' Association SAE Society of Automotive Engineers SDI Steel Door Institute SSPC Steel Structures Painting Council TEMA Tubular Exchanger Manufacturers' Association TCA Tile Council of America UBC Uniform Building Code UL Underwriters' Laboratories, Inc. WWPA Western Wood Products Association Section 01000 - 2 McClelland es� o rve Cont.jltinq s Ecgineeiperrs Incorporated Fopfleville, Arkansas B. Unless a particular issue is designated, all references to the above specifications, standards, or methods shall, in each instance, be understood to refer to the issue in effect (including all amendments) on the first published date of the •Advertisementfor Bids. END OF SECTION Section 01000 - 3 MCGettand sr o rva Consuiliny Engineers incorporated Fayetteville, Arkansas H I SECTION O1009 H C H H I I I I 11 I 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 installation satisfactorily and legally operable, shall be performed by the contractor as incidental work without extra cost to the Owner, as if fully described in the Specifications and shown on the Drawings, and the expense thereof shall be included in the applicable unit prices or lump sum bid for the work. 1.03 DESCRIPTION OF THE PROJECT A. Work covered by these Contract Documents in general covers the construction of the following facilities: 1. Installation of approximately 120 feet of 12" ductile iron sewer line at a ditch crossing where the existing 12" clay sewer pipe has been washed out, and is currently being replaced with a temporary 6" polyethylene line. Concrete piers shall be placed under the pipe joints at the ditch crossing. Section 01009 - 1 r ' MK lei Iona ear n o rile Enn at gineea Engineerrs In CcvOoroba Fayelleville, Arkansas I 1 • 2. Removal of a concrete swale that covers the 12 -inch gravity sewer and encases the 18 -inch force main. 3. Repair or replacement of the 18 -inch force ' main, using one of the three following alternative repair methods, as selected by the Owner; ' A. Alternative No.l: Repair the existing 18 - inch force main in place by providing I: temporary supports for the pipe with either temporary piers or a beam spanning the ditch, above the pipe. Once the temporary supports were in place, the ' existing concrete encasement would be broken off, the pipe would be returned to its original grade (the west end has ' settled 0.4 feet in comparison to the east end, and it is possible that the entire encased segment has also settled), and permanent piers would be constructed under the pipe. B. Alternative No. 2: A parallel segment ' pipe would be installed. Line stop valves would be cut into the existing pipe. When all preparations were ' completed, the Gregg Avenue pump station would be shut off for 2h hours. During this time, the segment being replaced would be drained to a manhole, the pipe ' would be cut out at the connection points and the parallel segment would be connected to the existing main. Upon ' completion, the abandoned segment of pipe in the ditch and it's concrete encasement would be removed. This work would have to be completed at night, when flow rates are low enough to shut the pump station off for 2h hours. '• C. Alternative No. 3: A parallel segment of pipe would be installed and connected to tapping sleeves and valves at each end of the parallel segment. Line stop valves would be installed between the tapping sleeves, to allow the existing segment being replaced to be drained to a 'manhole, then it would be cut out for • Section 01009 - 2 ' Mnsls/lnnd sn o rye consulting Enarorat lncw-porand Fay.Bevills, Arkansas I H 11 H caps at the line stop valves and removed at the ditch crossing. Concrete encasement at the ditch would also be removed. This installation would not require the pump station to be shut off. 4. The ditch in the vicinity of these pipes would be regraded upon completion of the pipe work and demolition of the concrete swale. A layer of filter fabric would be installed, followed by riprap. 5. Related site work would be completed as indicated in the Drawings and/or required by the Detailed Specifications. ' PART 2 PRODUCTS I Not Used. PART 3 CONTRACTOR'S RESPONSIBILITIES 3.01 GENERAL CONSTRUCTION WORK A. The Contractor shall execute all work, including site, structural, piping, equipment, and finishes. 1 I B. The Contractor shall also: I I H C I 1. Provide temporary piping and "pump -around" equipment, to keep the sewage flowing while the segment of gravity sewer line is being replaced, and to drain the segment of 18 -inch pipe that is being removed from service, if this alternate repair method is selected by the Owner. I2. Provide temporary sanitary toilet facilities. 3. Pay for all electrical energy consumed for construction purposes. 4. Provide and pay for temporary service for lighting of temporary office and work areas. 5. Provide temporary heat; make all arrangements and pay all fuel cost; supervise and maintain all heating units. Section 01009 - 3 I MCCle flood esi a rve CamWlln9 Engineers Incorp orated Foyelleville, Arkansas I 7 6. Provide telephone service for his own use and ' for the Engineer's use. 7. Provide an adequate supply of potable drinking ' water for use by his employees and by the Engineer. ' 8. Provide and maintain fire protection in working order during the entire construction period. ' 9. Coordinate with the Engineer and Owner all interruptions of the existing sewer operations. The Contractor shall maintain all streets and sewer operations in service during construction of the new facilities. It will be necessary to plug the sewer main and "pump -around" the segment being replaced. 10. If Alternative Repair Method No. 2 is selected by the Owner for implementation, the Owner will take the Gregg Avenue sewage pump station out of service for a maximum time period of 2'. hours. In order to have the station out of service for this length of time, the work will have to be done at night, between approximately 1:30 A.M. and 4:00 A.M. The I Owner will provide personnel to shut off the pump station and to remain on site to monitor the possibility of an overflow during this time period. If the Contractor believes that ' completion of the tie-in work in this period in not entirely possible, he shall so indicate by listing "No Bid" on his Proposal for this alternative. 3.02 DRAWINGS A. Drawings are bound separately and consist of 5 sheets. ' END OF SECTION I IiSection 01009 - 4 MaCfellond. Consulting Engineers In corpororOoraled Foyerteville, Arkansas I I SECTION 01011 I I I I I I H. I I I .1 I I SITE CONDITIONS PART 1 GENERAL 1.01 SITE INVESTIGATION AND REPRESENTATION A. The Contractor acknowledges by submission of his Bid that he has satisfied himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads, and uncertainties of weather, river stages, or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during the prosecution of the work and all other matters which can in any way affect the work or the cost thereof under this Contract. B. The Contractor further acknowledges by submission of his Bid that he has satisfied himself as to the character, quality, and quantity of surface and subsurface materials to be encountered from inspecting the site. Any failure by the Contractor to acquaint himself with all the available information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully performing the work. C. Prospective Bidders are invited, at their own expense, to make subsurface investigations, by boring or test hole excavation, as may be desirable, provided, however, that such work be scheduled by appointment with the Engineer. Bidders are not authorized to enter private property during these investigations. A test boring has been completed at the site and the results of this soil boring is included in Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. D. In the event subsurface or latent physical conditions are found materially different from those indicated in these Documents, and differing materially from those ordinarily encountered in the project area and generally recognized as inhering in the character of work covered in these Contract Documents, the Contractor shall promptly, and before such conditions are disturbed, notify the Engineer in writing, of such changed conditions. Section 01011 - 1 I McClelland av o rve Consulting Engineers Incorporated Fayetteville, Arkansas I I I I I I I I I [1 I I I I E. The Engineer will investigate such conditions promptly and following this investigation, the Contractor shall proceed with the work, unless otherwise instructed by the Engineer. If the Engineer finds that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required for performing the work, the Engineer will recommend to the Owner the amount of adjustment in cost and time he considers reasonable. The Owner will make the final decision on all Change Orders to the Contract regarding any adjustment in cost or time for completion. 1.02 EXISTING UTILITIES A. Existing utilities in the vicinity of the project lines and structures include water and sewer lines belonging to the City of Fayetteville. The Contractor shall carefully coordinate the location of utilities with their respective owners. No compensation will be paid to the Contractor, due to costs associated with damages to utilities or to costs associated with locating/avoiding same. 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 claims of any character brought because of any injuries or damage which may result from the construction operations under this contract. C. Neither the Owner nor its officers or agents shall be responsible to the Contractor for damages as a result of the Contractor's failure to protect utilities encountered in the work. D. In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with Section 01011 - 2 McClelland ' Engineers onsultn IncMaorated FayettevAle, Arkomae P1 J I I I LI I I I I I I I I 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 & Sewer Telephone Gas Electricity 1.05 FIELD RELOCATION Fayetteville Water Dept Southwestern Bell Arkansas Western Gas Southwestern Electric Power Company 501-521-8050 Enterprise 9800 1-800-482-8998 501-521-5400 501-521-2400 A. During the progress of construction, minor relocations of • the work may become necessary. Such relocations shall be made only by direction of the Engineer. If existing structures are encountered that will prevent construction. as shown, notify the Engineer before continuing with the work in order that the Engineer may make such field revisions as• necessary to avoid conflict with the existing structures. If the Contractor shall fail to notify the Engineer when an existing structure is encountered, and shall proceed with the work despite this interference, he shall do so at his own risk and expense. Section 01011 - 3 1 McClelland ' esi n a rye Consulting Engineers In corpora red Fayetteville, Arkansas 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, and culverts. Failure to do so will result in retainage of funds otherwise due the Contractor, as necessary to compensate property owners for damages and/or to pay restoration costs. 1.07 PAYMENT A. No separate payment will be made for work under this Section. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION Section 01011 - 4 McClelland ConsuHlna en o rve Enalnears Incorporated Fayetteville; Arkansas I I I I F_I I I I I SECTION 01014 PROTECTION OF THE ENVIRONMENT PART I 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 SEWERS A. Take adequate measures to prevent the impairment of the operation of the existing sewer system. Prevent construction material, pavement, concrete, earth, or other debris from entering a sewer or sewerage structure. 1.03 PROTECTION OF WATERWAYS A. The Contractor shall observe the rules and regulations of the State of Arkansas and agencies of the United States Government prohibiting the pollution of stream or river waters by dumping of any refuse, rubbish, or debris therein. B. All sewage flow interfering with construction and requiring diversion, shall be diverted to sewers leading to water pollution control plants and shall not be directed to any waterway. The Contractor shall not cause or permit any action to occur which would cause an overflow to an existing waterway. The Owner does not accept any responsibility for any damages to public or private property resulting therefrom. Such responsibilities remain with the Contractor., C. The Contractor shall be responsible for providing an approved method which will handle, carry through, or divert around his work all flows, including storm flows so as to prevent flooding damage to the property. Section 01014 - 1 I MCCleiland ' n o rw Ene Engineers earsr lnCaoorared Fayetteville, Arkansas I I 1.04 MAINTENANCE OF SEWAGE FLOW IN EXISTING LINES I I I I I I 11 I I I I I I I I A. During the construction process, the discharge of raw sewage from existing lines as a result of breaking or removal of these lines by the Contractor shall not be permitted. The Contractor shall be required to install temporary piping, temporary pump stations or other facilities as necessary to maintain sewage flow in areas where the construction activities would otherwise lead to raw sewage discharge. No special payment shall be made for the work involved in maintaining sewage flow in existing or temporary lines. B. Upon completion and air testing of a segment of new line, the Contractor will be allowed to place it into service, connecting existing service lines and laterals to that segment as necessary, and routing the flow of the main being replaced through this segment as necessary, if said routing is desired by the Contractor. 1.05 DEWATERING A. The Contractor shall construct, maintain, and operate all channels, flume drain, sumps, pumps, and/or other temporary diversion and protection works, shall furnish all materials required therefore, and shall furnish, install, maintain, and operate all necessary pumping and other equipment for the environmentally -safe removal and disposal of water from the various parts of the work. 1.06 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. 1.07 CONSTRUCTION NOISE CONTROL A. The Contractor shall conduct all appropriate construction methods and furnish and install acoustical barriers, so that no noise emanating from the related tool or equipment will excl levels. his work, use equipment, and all as necessary process or any ≥ed legal noise Section 01014 - 2 ' MCC Ielland Engineers esl n o ^'e Engineers In Corooroled FayeHeville, Arkansas 1 I I I I 1 1 I I I I I I 1 I Section 01014 - 3 1.08 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. 1.09 EROSION CONTROL A. The Contractor shall take steps to insure that excess erosion does not occur during the construction process or during the period between the rough cleanup and the time when a grass stand is established. Areas subject to erosion shall be protected with hay bales, by spreading hay over the area, by temporary seeding, or by utilizing other methods deemed appropriate by the Contractor. At points where lines cross creeks, the potential for erosion of the backfilled creek bank shall be reduced by spreading rip -rap over the affected area. Steps taken to prevent erosion shall not be a pay item. Erosion control is a subsidiary of EARTHWORK, TRENCH EXCAVATION, AND BACKFILL (Section 02200). Inadequate erosion control efforts will result in increased retainage on this pay item. 1.10 PAYMENT A. Payment for the work in this section will be included as unit price bid amounts stated in the Proposal. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION McClelland ' esi o rn Consulting Engineers incorporated Fayetteville, Arkansas 111 I C I [.] I I I Ii [1 I I I Section 01016 - 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 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 CONSTRUCTION SAFETY PROGRAM A. The Contractor shall develop and maintain for the duration of this Contract; a safety program that will effectively incorporate and implement all required safety provisions. The Contractor shall appoint an employee who is qualified and authorized to supervise and enforce compliance with the safety program. I ' MOL104ano fr 0 IYp Con,ullh'to Engineers IncaoorollC Foy.fle vine, Arkansos I I I I I I I I I U I I I Li I I I I B. The duty of the Engineer to conduct construction review of the Contractor's performance is not intended to include a review or approval of the adequacy of the Contractor's safety supervisors, the safety program, or any safety measures taken in, on, or near the construction site. 1.05 SAFETY EQUIPMENT A. The Contractor, as part of his safety program, shall maintain at his office or other well-known place at the jobsite, safety equipment applicable to the work as prescribed by the governing safety authorities, all articles necessary for giving first -aid to the injured, and shall establish the procedure for the immediate removal to a hospital or a doctor's care of any person who may be injured on the jobsite. B. The performance of all work and all completed construction, particularly with respect to ladders, platforms, structure openings, scaffolding, shoring, lagging, machinery guards and the like, shall be in accordance with the applicable governing safety authorities. C. During construction, the Contractor shall construct and at all times maintain satisfactory and substantial temporary chain link fencing, solid fencing, railing, barricades or steel plates, as applicable, at all openings, obstructions, or other hazards in sidewalks, floors, roofs, walkways, parking areas and driveways. All such barriers shall have adequate warning lights as necessary, or required, for safety. 1.06 ACCIDENT REPORTS A. If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to the Engineer. In addition, the Contractor must promptly report in writing to the Engineer all accidents whatsoever arising out of, or in connection with, the performance of the work whether on, or adjacent to, the site, giving full details and statements of witnesses. .B. If a claim is made by anyone against the Contractor or any subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the Engineer, giving full details of the claim. Section 01016 - 2 ConsuHing ee� o rvs Engineers Ecotporat Incorporated Fayeneville, 4rkoneoe I I I I I I I I I I I I I I 1.07 TRAFFIC SAFETY AND ACCESS TO PROPERTY A. Comply with all rules and regulations of the city, state, and county authorities regarding closing or restricting the use of public streets or highways. No public or private road shall be closed, except by express permission of the Owner. Conduct the work so as to assure the least possible obstruction to traffic and normal commercial pursuits. Protect all obstructions within traveled roadways by installing approved signs, barricades, and lights where necessary for the safety of the public. The convenience of the general public and residents adjacent to the project, and the protection 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. 1.08 TRAFFIC CONTROL A. Traffic control procedures and devices used on all local, county, and state rights -of -way shall meet the requirements of the applicable current laws and regulations for traffic control. 1.09 ACCESS FOR POLICE A. The Contractor shall leave his night emergency telephone number or numbers with the Police Department and Sheriff's office, so that contact may be made easily at all times. 1.10 FIRE PREVENTION AND PROTECTION A. The Contractor shall perform all work in a fire -safe manner and shall supply and maintain on the site adequate fire -fighting equipment capable of extinguishing incipient fires. The Contractor shall comply with applicable federal, local, and state fire -prevention regulations. Where these regulations do not apply, applicable parts of the National Fire Prevention Standards for Safeguarding Building. Construction Operations, (NFPA No. 241) shall be followed. Section 01016 - 3 MnQallana Consu!oar a rve ginea OQ Ennginees rs mcoraaroree Forerra ville, h rkonsas I I I I I I I I I I C I .1 I 1.11 USE OF EXPLOSIVES A. Explosives shall not be used on this project. 1.12 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, sewer lines, gas mains, power poles, lighting standards, and all other existing utilities, public or private. See Section 01011, SITE CONDITIONS. 1.13 PROTECTION OF PUBLIC/PRIVATE PROPERTY A. The Contractor shall employ such means and methods as necessary to adequately protect public and private property against damage. In the event of damage to such property, the Contractor shall, at his own expense, immediately restore the property to a condition equal to its original condition and to the satisfaction of the Engineer and the owner of said property. B. The Contractor shall exercise due care to avoid damage to existing pipe and coatings, wrappings, sewers, conduit, or other existing utilities. Should the Contractor damage or displace any of the above, the Contractor shall repair same to the satisfaction of the Engineer and all expenses in connection therewith shall be borne solely by the Contractor. C. Most of the work to be done under this contract will be performed on private property. A temporary easement has been obtained from the property owner for construction purposes. The easement does not permit the wanton destruction of trees, shrubs, walls, water and sewer services, or other improvements. The Contractor shall safeguard and restore the properties to a condition as near equal as possible to that found prior to entering them. In some cases, particular instruction will be given the Contractor relative to the protection of certain improvements, and in all cases, lawns will be hand -raked (after all settlement of the trench backfill has occurred) and seeded and fertilized. Since this work is being performed on behalf of the City of Fayetteville, good public relations and cooperation with the property owners shall be exercised by the Contractor. Section 01016 - 4 I MaCleuand ' eu o rve CnnsurtIDs Engineers Incorporated Fayetlevllle, Arkansas I I I I 1.14 JOINT SURVEY TO ESTABLISH AUTHENTICITY OF POSSIBLE DAMAGE CLAIMS I I I I 1] I I I L 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. B. After the Contract is awarded and before the commencement of work, the contractor shall make a thorough examination of all existing buildings, structures, and other improvements in the vicinity of the work, as applicable, which might be damaged by his operation. C. Examination improvement jointly by < the Owner, examination settlement, of existing buildings, structures, and other in the vicinity of the work shall be made authorized representatives of the Contractor, and the Engineer. The scope of the shall include cracks in structures, leakage, and similar conditions. D. Records of all observations shall be prepared by the Contractor and every copy of every document shall be signed by the authorized representative of the Owner and of the Contractor. One signed copy of every document and photograph will be kept in file in the office of the Engineer. E. The above records and photographs are intended to use as indisputable evidence in ascertaining the extent of any damage which may occur as a result of the Contractor's operations and are for the protection of the contractor, and the Owner, and will be a means of determining whether and to what extent damage, resulting from the Contractor's operations, occurred during the Contract .work. 1.15 PAYMENT A. Payment for the work part of the unit Proposal. in this section will be included as price bid amounts stated in the Section 01016 - 5 f. I MCClelland ml n o rve Consulting Engineers Incorporated Fayetteville, Arkansas PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION Section 01016 - 6 McClelland ew a rn Coneul ring Engineers lncoroarared Foyelfeville, Arkansas J I I I Li 1 �yx�rc.���js�tan 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. ' 11.04 PREPARATION': OF APPLICATION I LI I I I 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. Section 01027-1 I MCC)ellond en n o rro Consulting Engineers Incorporated Fayetteville, Arkansas 1.05 SUBMITTAL PROCEDURES A. Submit five copies of each Application for Payment at times stipulated in Agreement. B. Submit under transmittal letter specified in Section 01300. 1.06 SUBSTANTIATING DATA A. Provide an invoice from the 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. C. Provide one copy of data with cover letter for each copy of submittal. Show Application number and date, and line item by number and description. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION ■ Section 01027 - 2 MCCIo Hand Engineers ev o rn Con ea mnp Incorporated Fay.treviiie, Arkansas 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, with additional information: 1. Origin and date of claim. 2. Dates and times work. was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. 1.05 PRELIMINARY PROCEDURES A. Engineer may submit a Proposal Request which includes: Detailed description of change with supplementary or Section 01028 - 1 f t. 1 MCClelland ea o Iva C°nwlr inp Engineers incorporated Fayef to villa, Arkansas Li LJ I I I I I .1 H L H I I [1 H I I Section 01028 - 2 revised Drawings and Specifications, the projected time for executing the change and the period of time during which the requested price will be considered valid. B. Contractor may initiate a change by submittal of a request to Engineer describing the proposed change with a statement of the reason for the change, and the effect on Contract Sum and Contract Time with full documentation. 1.06 CONSTRUCTION CHANGE AUTHORIZATION - WORK DIRECTIVE CHANGE A. Engineer may issue a directive, instructing Contractor to proceed w Work, for subsequent inclusion in a B. Directive will describe changes in designate method of determining any Sum or Contract Time. signed by Owner, ith a change in the Change Order. the Work, and will change in Contract C. Promptly execute the change in Work. 1.07 TIME AND MATERIAL - FORCE ACCOUNT CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits in Conditions of the Contract. B. Engineer will determine the change allowable in Contract Sum and Contract Time as provided in Conditions of the Contract. 1.08 EXECUTION OF CHANGE ORDERS A. Engineer will issue Change Orders for signatures of parties as provided in Conditions of the Contract. 1.09 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum as shown on Change Order. B. Promptly enter changes in Project Record Documents. I Mcrae)rand ' en n p rw nnsntnna Engineers Incorporated Foyertevllie , Arkansas II I I I I I I 1 I I fl I C C I 1 MCClerlaed esr a rve Can sullina Engineers Inca paroled Fayesrevllle, Arkansas I I C C C I [1 I C I II I I I H I [1 SECTION 01070 CUTTING AND PATCHING PART 1 GENERAL 1.01 SCOPE A. This Section includes the work required to provide complete, in place, cutting, fitting, and patching of new and existing work. 1.02 GENERAL A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.03 DESCRIPTION A. Execute cutting (including excavating), fitting, or patching of work, required to: 1. Make the several parts fit properly. 2. Uncover work to provide for installation of ill-timed work. 3. Remove and replace work not conforming to requirements of Contract Documents. 4. Remove and replace defective work.' 5. Install specified. work in existing construction. B. In addition to Contract requirements, upon written instructions of Engineer: 1. Uncover work to provide for Engineer's observation of covered work. 2. Remove samples of installed materials for testing. 3. Remove work to provide for alteration of existing work. 4. Do not endanger any work by cutting or altering work or any part of it. Section 01070 - 1 Mcclellond ' eil 0 M Consulting Engineers Incorpora rod Foyellevllle, Arkoniae I I I CI GI I I 1] I I I [1 I I I I J 5. Do not cut or alter work of another contractor without written consent of Engineer 6. Do not cut structural or reinforcing steel without written consent of the Engineer. 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 2.01 GENERAL A. Materials for replacement of work removed shall comply with applicable sections of these Specifications for type of work to be done. Section 01070 - 2 ' nMnsultrand esl n a ry Egine ins orporrs Inccorporated Fayetteville, Arkansas I I I I I I I I I H B. Provide all tools and equipment required to accomplish cutting and patching. PART 3 EXECUTION 3.01 INSPECTION A. Inspect existing conditions of work, including elements subject to movement or damage during cutting, patching, excavation, and backfilling. B. After uncovering work, inspect conditions affecting installation of new products. 3.02 PREPARATION A. Prior to cutting, provide shoring and protection. 3.03 PERFORMANCE A. Execute fitting and adjustment of products to provide finished installation to comply with specified tolerance and finishes. B. Restore work which has been cut or removed; install new products to provide completed work in accordance with requirements of Contract Documents. C. Refinish surfaces as practical to provide a finish which blends acceptably with the existing finish. 3.04RESTORATION A. Restore structures and surfaces damaged during the course of this Contract that are to remain in the completed work. B. Restorations shall be done with new materials and appropriate methods as specified elsewhere in these Specifications from new work of similar nature; or, if not specified, best recommended practice of manufacturer, or appropriate trade association. C. Restore damaged work in such a way that there is a secure and intimate bond or fastening between new and old work. Restored surfaces shall be finished to such planes, shapes, and textures that no obvious transition between new and old work is unduly noticeable in finished surfaces. Section 01070 - 3 'MCCIeHO,,d ev o rn Consul? in Engineer, rp Mcocoorated Fayerleville, Arkansas 3.05 CLEANING A. Remove from site all debris, rubbish, and extra material caused by cutting and patching. 3.06 PAYMENT A. Payment for the work in this section will be included as part of the unit price bid amounts stated in the Propasal. END OF SECTION Section 01070 - 4 McClelland n� o rw Cansotlin9 Engineers Incorporated Fayetteville, Arkansas I 1 1 1 1 1 SECTION 01210 PRECONSTRUCTION CONFERENCES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Contractor participation in preconstruction 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. PART 3 EXECUTION Not Used. END OF SECTION Section 01210 - 1 McClelland ear o rve Can sulrinp Engineers Inmrporcpd Fayette ✓Ills, Arkansas I I H I I I I J I I I I I I LI 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 attention is directed to the individual specification sections in these Contract Documents which may contain additional and special submittal requirements. The Owner reserves the right to direct and modify the procedures and requirements for submittals as necessary to accomplish the specific purpose of each submittal. Should the Contractor be in doubt as to the procedure, purpose,or extent of any submittal, he should direct his inquiry to the Engineer. 1.02 ADMINISTRATIVE SUBMITTALS A. The Contractor shall provide all of the submittals required by the General Conditions, Supplementary Conditions, and as may be specifically required in other parts of these Documents. PART 2 TECHNICAL SUBMITTALS 2.01 GENERAL A. Requirements in this Section are in addition to any specific requirements for submittals specified' in other Divisions and Sections of these Contract Documents. B. Submittals to the Engineer shall be addressed to:. McClelland Consulting Engineers, Inc.; Attn: Mr. Robert White, P.O. Box 1229, Fayetteville, Arkansas 72702. C. Submitted data shall be fully sufficient in detail for determination of compliance with the Contract Documents. D. Review, acceptance, or approval of substitutions, schedules, shop drawings, lists of materials, and Section 01300 - 1 C nsultiand Consulting Engineers es� a we Eginer Incorporated Fayetteville, Arkansoe I L 7 El I El I I I J i I I I Ii I 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. E. The Owner is not precluded, by virtue of review, acceptance, or approval, from obtaining a credit for construction savings resulting from allowed concessions in the work or materials therefore. F. It shall not be the responsibility of the Owner to provide engineering or other services to protect the Contractor from additional costs accruing from such approvals. G. No equipment or material for which listings, drawings, or descriptive material is required shall be fabricated, purchased, or installed until the Engineer has on hand copies of such approved lists and the appropriately stamped final shop drawings. H. Submittals will be acted upon by the Engineer as promptly as possible, and returned to the Contractor not later than the time allowed for review in SHOP DRAWING SUBMITTAL PROCEDURE. Delays caused by the need for resubmittals shall not constitute reason for an extension of Contract time. 2.02 SHOP DRAWING SUBMITTAL PROCEDURE A. See General and Supplemental Conditions. 2.03 TRANSMITTAL OF CONTRACTOR'S SUBMITTAL FORM A. Each shop drawing submittal shall be accomplished by a Transmittal of Contractor's Submittal form. The form shall be completely filled in with all applicable information; failure to do so shall result in immediate rejection of the submitted items. 2.04 SHOP DRAWING REQUIREMENTS A. Shop drawings referred to herein shall include shop drawings and other submittals for both shop and field -fabricated items. The Contractor shall submit, as applicable, the following for all prefabricated or manufactured structural, mechanical, electrical, plumbing, process systems, and equipment: Section 01300 - 2 'MtcfoljOfld Cing si o rve Enginsu eers Engineers Incora oraieE Fayesfevllle, Arkansas H I L El I I 1. GENERAL a. Shop drawings or equipment drawings, including dimensions, size and location of connections to other work, and weight of equipment. b. Catalog information and cuts. c. Installation or placing drawings for equipment, drives, and bases. d. Supporting calculations for equipment and associated supports, or hangers required or specified to be designed by equipment manufacturers. e. Complete manufacturer's specifications, including materials description and paint system. f. Performance data. g. Suggested spare parts list with current price information. h. List of special tools required for checking, testing, parts replacement, and maintenance. (Special tools are those which have been specially designed or adapted for use on parts of the equipment, and which are not customarily and routinely carried by maintenance mechanics.) i. List of special tools furnished with the equipment. j. List of materials and supplies required for the equipment prior to, and during start-up. k. List of materials and supplied furnished with the equipment. 1. Samples of finish colors for selection. m. Special handling instructions. n. Requirements for storage and protection prior to installation. o. Requirements for routine maintenance required prior to start-up. Section 01300 - 3 MCC lellond en n o rve Consulting EnVineers InCaDoraled Fayetteville, Arkansas 1 I I I I I I I I I I I I I I I I 2.05 SUBMITTALS REQUIRED FOR FOREIGN -MANUFACTURED ITEMS A. In addition to the submittal requirements stated above, suppliers of foreign -manufactured items shall submit the names and addresses of companies within the United States that maintain technical service representatives and complete inventory of spare parts and accessories for each foreign -made item proposed for incorporation into the work. Failure to prove the foregoing capabilities shall be just cause for rejection of the foreign -manufactured items. 2.06 RECORD DRAWINGS A. The Engineer will prepare a set of Record Drawings for the project which will include the changes made in materials, equipment, locations, and dimensions of the work. Two weeks prior to Final Inspection, the Contractor shall submit to the Engineer a current listing and description including marked -up prints of each change incorporated into the work since the preceding submittal. 2.07 SUBMITTAL OF INTERFACE INFORMATION (CONNECTION AND CORRELATION WITH OTHER WORK) A. Where called for on the Specifications, and as determined necessary by the Engineer to provide proper correlation with other equipment, complete interface information shall be submitted. This interface information shall be accurate, and contain all information necessary to allow the completion of detail design and construction of the interfacing or connecting work. The Contractor shall include in his negotiation for subcontract work, such agreements as may be necessary to ensure the accuracy of subcontractor's interface submittal information. In the event additional costs are incurred due to subsequent changes to information given in said interface information, such additional costs shall be borne by the Contractor. 2.08 SAMPLES AND TEST SPECIMENS A. Where required in the Specifications, test specimens or samples of materials, appliances, and fittings to be used or offered for use in connection with the Work shall be submitted to the Engineer at the Contractor's expense, with information as to their sources, with all cartage charges prepaid, and in such quantities and sizes as may be required for proper examination and tests to establish the quality or equality thereof, as applicable. Section 01300 - 4 MapellanE esl n a rw Consulsina Er,g)ns,rs Incorporated at led Faleneville, Arkansas I I I H H I H L. J I I I I I I H Ti B. All samples and test specimens shall be submitted in ample time to enable the Engineer to 'make any tests or examinations necessary without delay to the work. The Contractor will be held responsible for any loss of time due to his neglect or failure to deliver the required samples to the Engineer, as specified. C. The Contractor shall submit additional samples as required by the Engineer to ensure equality with the original approved sample and/or for determination of Specification compliance. D. Laboratory tests and examinations that the Owner elects to make at its own laboratory will be made at no cost to the Contractor, except that, if a sample of any material or equipment proposed for use by the Contractor fails to meet the Specifications, the cost of testing subsequent samples shall be borne by the Contractor. E. All tests required by the Specifications to be performed by an independent laboratory shall be made by an approved laboratory. Certified test results of all specified tests shall be submitted in duplicate to the Engineer. The samples furnished and the cost for the laboratory services shall be at the expense of the Contractor and included in the prices bid for the associated work. 2.09 CERTIFICATES OF COMPLIANCE A. A Certificate of Compliance shall be furnished for materials specified to a recognized standard or code prior to the use of any such materials in the work. The Engineer may permit the use of certain materials or assemblies prior to sampling and testing if accompanied by a Certificate of Compliance. The certificate shall be signed by the manufacturer of the material or the manufacturer of assembled materials and shall state that the materials involved comply in all respects with the requirements of the Specifications. A Certificate of Compliance shall be furnished with each lot of material delivered to the work and the lot so certified shall be clearly identified in the certificate. B. All materials used on the basis of a Certificate of Compliance may be sampled and tested at any time. The fact that material is used on the basis of a Certificate of Compliance shall not relieve the Contractor of Section 01300 - 5 Maple l fond ' esl a rve Engineers Engineers 1ncC/D orofea Foyer tevi lle, Arkansas 1 H I I LI I I I I C I I 11 C 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). 2.10 PAYMENT A. Payment for the work in this section will be included as part of the unit price bid amounts stated in the proposal. PART 3 EXECUTION Not Used. END OF SECTION Section 01300 - 6 MaUiond Consuleting Eoeorat rs IncwparaM1E Fareneville, Arkansas I Li I I I I LJ J I Li I I C C C SECTION 01311 SCHEDULE AND SEQUENCE OF OPERATIONS PART I GENERAL 1.01 CONSTRUCTION SCHEDULE GENERAL PROVISIONS A. No work shall be done between 6:00 P.M. and 7:00 A.M. nor on Saturdays, Sundays or legal holidays without the written permission of the Engineer. However, emergency work during these hours may be done without prior permission. 1.02 SEQUENCE OF CONSTRUCTION A. The Contractor shall submit a diagram indicating the construction sequencing and duration of each activity. B. Repair work shall be completed on the 12 inch gravity sewer line, prior to start of repair work on the 18 inch force main. C. Installation of the line stop valves (if used) and disruption of the sewage pump station (if required) shall be scheduled a minimum of 7 days in advance of the actual occurrence. PART 2 PROGRESS OF THE WORK 2.01 GENERAL A. The work shall be started within 10 days of the Notice to Proceed from the Owner, and the work shall be executed with such progress as may be required to prevent any delay to the general completion of the project. B. The work shall be executed at such times and in or on such parts of the project, and with such forces, materials, and equipment to assure completion of the work in the time established by the Contract. 2.02 OVERTIME NOTICE A. See GENERAL CONDITIONS and SUPPLEMENTAL CONDITIONS. Section 01311-1 C McClelland Con snllinp Ene,neers Indorporoled Foyerlevllle, Arkansas I 1 12.03 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. ' 12.04 OVERALL SCHEDULE L L C L U I I I A. The Contractor will be required to prepare and submit to the Engineer within 30 days after the award of Contract, an Overall Schedule. The Overall Schedule shall be comprised of construction operations covering all work to be done in connection with the Contract. B. The Overall Schedule covering work to be executed under the Contract shall be of sufficient detail and shall have a minimum of work activities. The final total number of activities shall be subject to the approval of the Engineer. A work activity is defined as an activity for which manpower is required and must be performed before the project is considered complete. C. The Overall Schedule shall indicate the sequence of work and the time of starting and completion of each part. It shall include, but not be limited to, the following items, as they pertain to the respective contractors: 1. Shop drawing receipt from Contractor, submitted to the Engineer, review, and return to Contractor. 2. Material and equipment order, manufacture, delivery, installation, and check-out. 3. Performance tests and supervisory service activities. 4. Piping installation. 5. Construction sequence. F. 6.. Final cleaning. 7. Allowance for inclement weather. 1 Section 01311 - 2 MOClel land efl a M Con Sint; np Enclosers Incuporated Foyetts ville, Arkansas 2.05 PAYMENT A. No separate payment shall be made for work under this Section. PART 3 EXECUTION Not Used END OF SECTION Section 01311 - 3 McClelland esr o rro Consulting Engineers IiN/Ooro?ed Fayetteville, Arkansos SECTION 01400 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. Manufacturersr Field Services. G. Testing Laboratory Services. 1.02 RELATED REQUIREMENTS A. Section 01300 - Submittals: Submittal of Manufacturer's Instructions. B. Section 02200: Tests required for earthwork. C. Section 03300: Tests required for concrete. 1.03 QUALITY CONTROL, GENERAL A. Maintain quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce work of specified quality. 1.04 WORKMANSHIP A. Comply with industry standards except when more restrictive tolerances or specified requirements indicate more rigid standards or more precise workmanship. B. Perform work by persons qualified to produce workmanship of specified quality. C. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, and racking. Section 01400 - 1 MCCleitand ev n o rve Cansu ling Engineers incorporated FareUeville, Arkansas I I I I I I H 11 I C I I I H I I 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. 1.06 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 A. Owner will employ a Testing Laboratory to perform inspections, tests, and other services required by individual Specification Sections. B. Owner shall pay for initial 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. Section 01400 - 2 r I Con MaueHand ting Engineers Ofl a rye Incorporated FayeBevife, Arkansas E. Contractor shall cooperate with Testing Laboratory personnel; furnish tools, samples of materials, design mix, equipment, storage and assistance as requested. 1. Notify Engineer/Testing Laboratory 24 hours prior to expected time for operations requiring testing. services. 2. Make arrangements with Testing Laboratory and pay for additional samples and tests for Contractor's convenience. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION Section 01400 - 3 McClelland COASUUIflQ eel n o rve Engineers Incorporated Fayetlevllla, Arkansas J LJ I I I I I I I I I I I SECTION 01500 TEMPORARY CONSTRUCTION FACILITIES AND UTILITIES PART I GENERAL 1.01 LAYOUT OF TEMPORARY FACILITIES A. The Contractor shall make his own arrangements for storage of materials and equipment in locations on and off the construction site. Security of the construction work, materials, and equipment is the sole responsibility of the Contractor. 1.02 STORAGE BUILDINGS A. The Contractor shall erect or provide as approved, temporary storage buildings of the various sizes as required for the protection of mechanical and electrical equipment and materials as recommended by manufacturers of such equipment and materials. The buildings shall be provided with such environmental control systems that meet recommendations of manufacturers of all equipment and materials stored in the buildings. The buildings shall be of sufficient size and so arranged or partitioned to provide security for their contents and provide ready access for inspection and inventory. At or near the completion of the work, and as directed by the Engineer, the temporary storage buildings shall be dismantled, removed from the site, and remain the property of the Contractor. B. Combustible materials (paints, solvents, fuels, etc.) shall be stored in a well -ventilated building removed from other buildings. 1.03 STORAGE YARDS A. The Contractor shall construct temporary storage yards for the storage of materials that are not subject to damage by weather conditions. Materials such as pipe, reinforcing and structural steel, shall be stored on pallets or racks, off the ground, and stored in a manner to allow ready access for inspection and inventory. Temporary gravel surfacing of the storage yards shall meet with the approval of the Engineer and Owner. Storage areas shall be restored to their initial condition once they are no longer needed. Section 01500 - 1 I MCC flood vu o rve Coneu ❑Ing Engineers Incarporofed Fayofbvllle, Arkansas I LJ I LJ 1 I I I 1.04 CONTRACTOR'S WORK AREA A. The Contractor shall limit his operations and storage of equipment materials to the areas authorized by individual property owners and approved by the Engineer and Owner. B. The Contractor shall maintain the area during construction in a manner that will not obstruct operations of any existing roads. He shall proceed with his work in an orderly manner, maintaining the construction site free of debris and unnecessary equipment or materials. 1.05 TEMPORARY ACCESS ROADS AND PARKING A. The Contractor shall construct temporary construction access roads, parking areas, and detours as are required to execute the work. The roads shall meet with the approval of the Engineer, and be maintained in good condition until no longer needed; at which time the • temporary roads shall be removed and the area left in.a condition satisfactory to the property owner and Engineer. 1.06 A. I. I I I I I I B. C. D. PART 2 2.01 TEMPORARY WATER CONTROL Rough grade site to prevent standing water and to direct surface drainage away from excavations, trenches, adjoining properties, and public rights -of -way. Maintain excavations and trenches free of water. Provide and operate pumping equipment of a capacity to control water flow. Provide piping to handle pumping outflow to discharge in a manner to avoid erosion or deposit of silt. Remove equipment and installation when no longer needed. UTILITIES 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. Section 01500 - 2 I MCClellond L o ne Con suit i n Engineers In Coraoroted Fayetteville, Arkansas I I I I I I I I I I I 1] I I I I I 2.02 SANITARY FACILITIES A. The Contractor shall provide and maintain sanitary facilities for his employees and his subcontractors' employees that will comply with the regulations of the local and State health departments and as directed by the Engineer. 2.03 TEMPORARY WATER A. The Owner will provide a place of temporary connection for water near the site if the Contractor desires and if it can be determined that the Contractor's usage will not interfere with 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 specifically 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 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. Section 01500 - 3 ng ' C nCIe sullingC eu o rve Engineers Inca Fayellevllle, Arkansas 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 under this Section will be included as part of the unit price bid amounts stated in the Proposal. PART 3 EXECUTION Not Used. END OF SECTION Section 01500 - 4 MCC (S'Iarid i o m Cansalring Engineers Incaroorated FaPttevllle, Areamos SECTION 01600 MATERIAL AND EQUIPMENT SHIPMENT 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 - Administrative Provisions: Summary of Work B. Section 01400 - Quality Control: Submittal of manufacturers' certificates. 1.03 PRODUCTS A. Products include material, equipment, and systems. B. comply with Specifications and referenced standards as minimum requirements. C. Components required to be supplied in quantity within a Specification Section shall be the same, and shall be interchangeable. D.. Do not use materials and equipment removed from existing structure. 1.04 TRANSPORTATION AND HANDLING A. Transport products by methods to avoid product damage; deliver in undamaged condition in manufacturer's unopened containers or packaging, dry. Section 01600 - 1 Mcple nand est o rro Consulting Engineers Incorporated Faret9evills, Arkansas H a F I J L_ J' I I I I I I I I 1 I 1 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. Cover products subject to deterioration with impervious sheet covering; provide ventilation to avoid condensation. C. Store loose granular materials on solid surfaces in a well -drained area; prevent mixing with foreign matter. D. Arrange storage to provide access for inspection. Periodically inspect to assure products are undamaged, and are maintained under required conditions. 1.06 PRODUCT OPTIONS A. Not Used. 1.07 PRODUCTS LIST A. Not Used. 1.08 SUBSTITUTIONS A. Document each request for substitution with complete data substantiating compliance of proposed substitution with Contract Documents. B. Request constitutes a representation that Contractor: 1. Has investigated proposed product and determined .that it meets or exceeds, in all respects, specified product. 2. Will provide the same warranty for substitution as for specified product. Section 01600 - 2 CM flood 1 gneers fl O ry COneulr%nQ Entlneerk InMQOrOIaC Foyerlevll)e, Arkoneoe I I L n I I I [] I I E.] I 7 I 3. Will coordinate installation and make other changes which may be required for Work to be complete in all respects. 4. Waives claims for additional costs which may subsequently become apparent. C. Substitutions will not be considered when they are • indicated or implied on shop drawing or product data submittals without separate written request, or when acceptance will require substantial revision of Contract Documents, or when said substitution will not result in significant cost savings to the Owner, or result in some material advantage being gained by the Owner. D. Engineer will determine acceptability of proposed substitution, and will notify Contractor of acceptance or rejection in writing within a reasonable time following the opening of Bids. E. 1.09 A. PART 2 PART 3 Only one request for substitution will be considered for each product. When substitution is not accepted, provide specified product. SYSTEMS DEMONSTRATION Prior to final inspection, demonstrate operation of each system to Engineer and Owner. PRODUCTS Not Used. 1*942Ld8110 ki Not Used. END OF SECTION Section 01600 - 3 .. ■ t'I esi o rve coneulfina Enolnsers lncora ora fed Foyelfeville, Arkansas I I I PART I GENERAL 1 11.01 SCOPE Li I SECTION 01700 CONTRACT CLOSEOUT 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 1.03 FINAL INSPECTION En I En I [I I I I I A. After final cleaning and upon written notice from the Contractor that the work is completed, the Engineer will make a preliminary inspection with the Owner and Contractor present. Upon completion of this preliminary inspection, the Engineer will notify the Contractor, in writing, of any particulars in which this inspection reveals that the work is defective or incomplete. B. Upon receiving written notice from the. Engineer, the Contractor shall immediately undertake the work required to remedy defects and complete the work to the satisfaction of the Owner. C. When the Contractor has corrected or completed the items as listed in the Engineer's written notice, he shall inform the Engineer, in writing, that the required work has been completed. Upon receipt of this notice, the - Engineer, in the presence of the Owner and Contractor, shall make his final inspection of the project. D. Should the Engineer find all work satisfactory at the time of his inspection, the Contractor will be allowed to make application for final payment in accordance with the provisions of the General Conditions. Should the Engineer still find deficiencies in the work, the Engineer will inform the Contractor of the deficiencies and will deny the Contractor's request for final payment until such time as the Contractor has satisfactorily completed the required work. E. All water courses, gutters, and ditches shall be opened and left in a condition satisfactory to the Engineer. Section 01700 - 1 Male l land ess o rve Consulting Engineers mroraarared Fayetteville, Arkansas I I H C I I I I I C 1.04 A B. 1.05 FINAL SUBMITTALS No contract will be finalized until all of the following have been submitted as required in Section 01300, SUBMITTALS DURING CONSTRUCTION. 1. Final shop drawings 2. Record drawings 3. Interface information No contract will be finalized until all submittals required in Section 01720, PROJECT RECORD DOCUMENTS, have been submitted. GUARANTEES, BONDS, AND AFFIDAVITS A. No contract will be finalized until all guarantees, performance tests, bonds, certificates, licenses, and affidavits required for work or equipment as specified are satisfactorily filed with the Owner. 1.06 ACCESSORY ITEMS A. All Contractors furnishing and/or installing equipment on this project shall provide to the Owner, upon acceptance of the equipment, all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to, adequate oil and grease as required for the first lubrication of the equipment, light bulbs, fuses, valve keys, handwheels, and other expendable items as required for initial startup and operation of all equipment. 1.07 RELEASE OF LIENS OR CLAIMS A. No contract will be finalized until satisfactory evidence of release of liens has been submitted to the Owner as required by the General Conditions. 1.08 FINAL PAYMENT.. A. Final payment will be made to the Contractor in accordance with the GENERAL CONDITIONS. Section 01700 - 2 I1 MCClel land ' "1 a rve Engineers Engineers Incas orated Fayetteville, Arkansas I PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION Section 01700 - 3 Motlellond HI n o rve Cuneulllny Enpineers mcorporar.a ForellevIlle, Arkon.o. I I I I I C C C' CI H I C H I section 01710 - 1 SECTION 01710 FINAL CLEANING PART I GENERAL 1.01 SCOPE A. This section covers the work necessary for cleaning during construction and final.cleaning on completion of the work. B. At all times maintain areas covered by the Contract and public and private properties free from accumulations of waste, debris, and rubbish caused by construction operations. C. Conduct cleaning and disposal operations to comply with local ordinances and anti -pollution laws. Do not burn or bury rubbish and waste materials on project site. Do not dispose of volatile wastes such as mineral spirits, oil, or paint thinner in storm or sanitary drains. Do not dispose of wastes into streams or waterways. D. Use only cleaning materials recommended by manufacturer of surface to be cleaned. E. Use cleaning materials only on surfaces recommended by cleaning material manufacturers. 1.02 CLEANING DURING CONSTRUCTION A. During execution of work, clean site and all properties (public and private) and dispose of waste materials, debris, and rubbish to assure that buildings, grounds, and properties are maintained free from accumulations of waste materials and rubbish. B. Wet down dry materials and rubbish to lay dust and prevent blowing dust. C. Provide approved containers for collection and disposal of waste materials, debris, and rubbish. D. Remove grease, dust, dirt, stains, labels, and other foreign materials from exposed and semi -exposed surfaces. E. Repair, patch, and touchup marred surfaces to specified finish to match adjacent surfaces. H ,McClelland Lonwltin p ' V o rve Engineers Incorporated Fnvenevllle. d lfonsas I I [] I I [l I I L I I I I C L I F. Broom clean paved surfaces, rake clean other surfaces or grounds. G. Handle materials in a controlled manner with as few handlings as possible; do not drop or throw materials from heights. H. Schedule cleaning operations so that dust and other contaminants resulting from cleaning process will not fall on wet, newly painted surfaces. 1.03 FINAL CLEANING A. At the completion of work on all contracts and immediately prior to final inspection, cleaning of the entire project will be accomplished. B. Employ experienced workers, or professional cleaners, for final cleaning. C. Repair, patch, and touch up marred surfaces to specified finish, to match adjacent surfaces. D. Remove from the owner's property all temporary structures and all materials, equipment, and appurtenances not required as a part of, or appurtenant to, the completed work. See Section 01500, TEMPORARY CONSTRUCTION FACILITIES AND UTILITIES. 1.04 PAYMENT A. Payment for the work in this section will be included as part of the unit price bid amounts stated in the Proposal. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION Section 01710 - 2 I I MCCle none eei o rve Conevl ling Engineers InCo,poroll0 Fayetteville, drkonsos U 1 I I. 1 1 1 1 1 1 1 1 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 - Submittals: Shop drawings, product data, and samples. C. Section 01700 - Contract Closeout: Closeout procedures. D. Section 01700 - Contract Closeout: Operation and maintenance data. E. Individual Specifications Sections: Manufacturer's certificates and certificates of inspection. 1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES A. In addition to requirements in General Conditions, maintain at the site one record copy of: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. 6. Field test records. 7. Inspection certificates. 8. Manufacturer's certificates. B. Store Record Documents in Field Office apart from documents used for construction. Provide files, racks, and secure storage for Record Documents. 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 McClelland em o rve Conwlting Engineers Inroraoroted Foystteville, Arkansas ' ■ =J I I I I I I I I 11 I I I I I D. Maintain Record Documents in a clean, dry and legible condition. Do not use Record Documents for construction purposes. E. Keep Record Documents and samples available for inspection by Engineer. 1.04 RECORDING A. Record information on a set of blue line opaque drawings, and in a copy of a Project Manual. B. Provide felt tip marking, pens, maintaining separate colors for each major system, for recording information. C. Record information concurrently with construction progress. Do not conceal any work until required information is recorded. D. Contract Drawings and Shop Drawings: Legibly mark each item to record actual construction, including:' 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. B. Transmit with cover letter in duplicate, listing: 1. Date. 2. Project title and number. Section 01720 - 2 Mns1e I 'and en o rvs CneltQ Engineers incorporated Foyetteville, Arkansas p. 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 PART 3 PRODUCTS Not Used. EXECUTION Not Used.. END OF SECTION Section 01720 - 3 MCClelIand v o rve Consulting Engineers Incorporated Fayelre vllle, Arkansas J I H I Li I I I 1 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 A. "Relative compaction" is defined as the ratio, in percent, of the as -compacted field dry density to the laboratory maximum dry density as determined by the Standard Proctor Test, ASTM D698. Corrections for oversize material 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 material for which the maximum dry density is obtained as determined by ASTM D698. 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, SECTION 01300, SUBMITTALS DURING CONSTRUCTION, and the requirements of this section. ' I B. Provide the following submittals: n I 1. Samples for all imported material. PART 2 MATERIALS 2.01 GENERAL A. Provide all labor, materials, and equipment necessary to accomplish the work specified in this section. 2.02 COMMON EXCAVATION A. Complete all common excavation regardless of the type, nature, or condition of the materials encountered. The Section 02200 - 1 I McClelland ea o rve cansultina Engineers Incorporated Fayetrevills, Arkansas I I I I 1-1 I I I I I I I Contractor shall make his own estimate of the kind and extent of the various materials to be excavated in order to accomplish the work. 2.03 EARTH FILL A. Excavated material free from roots, organic matter, trash, debris, rocks larger than 3 inches, and other deleterious materials. Suitable material may be obtained by the Contractor from the excavation for the proposed pipelines. Provide imported material of equivalent quality, if required to accomplish the work. Imported material shall be provided at the Contractor's sole expense. 2.04 GRANULAR FILL A. Imported GRANULAR FILL shall be 1 -1/2 -inch minus crushed gravel or crushed rock, free from dirt, clay balls, and organic material, well graded from coarse to fine, containing sufficient finer material for proper compaction, and less than 8 percent by weight passing the No. 200 sieve. Arkansas Highway and Transportation Department classification "Class -7 Base" shall qualify as GRANULAR FILL material. 2.05 SAND 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. 2.06 GRIT P. Imported crushed limestone screenings from concrete coarse aggregate, maximum size 1/2 inch. ' I 2.07 TRENCH STABILIZATION MATERIAL I I I 1 A. Three-inch minus river -run or pit -run gravel, free from clay balls, roots, and organic matter; well crushed gravel or crushed rock graded with less than 8 percent by • weight passing the 1/4 -inch sieve. Submit samples for approval prior to delivery of the material to the site. 2.08 GRANULAR PIPE BASE AND PIPE ZONE MATERIAL A. Granular pipe base and pipe zone material, as required by the typical trench details on the Drawings, shall be Section 02200 - 2 MnUetiond ev o rw Consn erng Enginears incorporated Fayette villa; Arkansas LJ H I I I I L I I I 1, I I I GRANULAR FILL, SAND, GRIT, or materials meeting the requirements of ASTM D2487, Class I and Class II embedment materials. 2.09 NATIVE PIPE BASE AND PIPE ZONE MATERIAL Not Used. 2.10 BACKFILL ABOVE THE PIPE ZONE A. Materials from the excavation containing no particles larger than 6 -inch diameter, free from roots, debris, and organic material. 2.11 TOPSOIL A. Selected topsoil at the site, properly stored and protected, free from roots, sticks, hard clay, and stones which will not pass through a 3 -inch square opening. Remove existing grass and overburden before topsoil is excavated. Provide imported topsoil of equal quality if required to accomplish the work. 2.12 WATER FOR COMPACTION A. Furnish as required. 2.13 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. 2.14 MOISTURE CONTROL EQUIPMENT A. Equipment for applying water shall quality adequate for the work, shall be equipped with a distributor bar device to assure uniform applicatil mixing and drying out material shall discs, or other approved equipment. be not or )n. coi of a type and leak,. and shall other approved Equipment for isist of blades, Section 02200 - 3 ' MCCI6H0nd Ganueei 5UUinQ esr o rx Engineers InCwpC;rpproee0 Fayeeeeville, Arkansas H I 2.15 ROCK EXCAVATION I El I El I I Li I I I I I I A. Details in the Plans illustrate rock excavation and cushioning requirements. The Contractor shall utilize mechanical means to facilitate rock removal i.e. air -hammer, hoe -ram, trenching machine, etc., as explosives and blasting will not be allowed in this Contract. Pipe bedding required in rock excavation areas in excess of the normally specified bedding is not an eligible pay item. 2.16 RIPRAP A. Hard and durable quarry -run limestone with less than 35 percent wear when tested for resistance to 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 3.01 CLEARING, GRUBBING, AND STRIPPING A. Complete clearing and grubbing work prior to beginning work in this Section.. 3.02 STRIPPING TOPSOIL A. Prior to beginning any excavation or fill, strip the. topsoil to a depth of at least 6 inches or to a depth sufficient to remove all organic material and stockpile for future use. In general, topsoil shall be removed where structures are to be built, embankments or levees constructed, trenches dug, and roads, parking lots, walks, and. similar improvements constructed within the areas presently covered with topsoil. Topsoil shall be stored clear of the construction area. Take reasonable care to prevent the topsoil from becoming mixed with subsoil or eroding. 3.03 COMMON EXCAVATION A. Perform • all common excavation of every description, regardless of the type, nature, or condition of material encountered,as specified, shown, or required to accomplish the construction. Section 02200 - 4 nQ ' Mn[lellona consuien o rve Engineers EOyrporat Incarporalsa Fayetteville, Arkansas I I 3.04 EXCAVATION SAFETY I I I I I [.l I I I I I I I I A. The Contractor shall be solely responsible for making the excavation in a safe manner. Provide appropriate measures to retain excavation sideslopes to ensure that men working in or near the excavation are protected. 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 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 - 5 I McClelland ell o rve Consulting Engineers Incaraoro Nd Fayetteville, Arkansas 3.08 TRENCH EXCAVATION AND BACKFILL . I. i 1 1 1 I. 1 1 1 A. Excavate for the installation of piping, utilities, and appurtenances. All obstructions, such as tree roots, stumps, abandoned concrete structures, and other material of any type shall be removed. 3.09 TRENCH WIDTH A. Minimum width of unsheeted trenches or the minimum clear width of sheeted trenches in soil trenches in which pipe is to be laid shall be 8 inches greater than the inside diameter of the pipe. Sheeting requirements shall be independent of trench width. The maximum clear width at the top of the pipe or above the pipe will not be limited, except in cases where excess width of excavation would cause damage to adjacent structures. B. Minimum trench width in rock excavation areas shall be 12 -inches greater than the inside diameter of the pipe. 3.10 GRADE A. Carry the bottom of the trench to the depths shown, or as established by the Engineer. Allow for pipe thickness and for pipe base or special bedding when specified. Backfill any part of the trench excavated below grade with granular pipe base material or native pipe base material, as required by the details on the Drawings, and compact to a density equal to the undisturbed trench bottom. 3.11 SHORING, SHEETING, AND BRACING OF TRENCHES. A. Erect, maintain, and remove shoring, sheeting, and bracing as required by all federal, state and local laws, codes and ordinances. 3.12 REMOVAL OF WATER A. Removal of water shall be accomplished as specified hereinbefore. 3.13 TRENCH STABILIZATION A. If the material' in the bottom of the trench is unsuitable for supporting the pipe, excavate below the flow line to remove the unsuitable material, and backfill to the required grade with TRENCH STABILIZATION MATERIAL as McClelland esr o m Can.ultlng Engineers Incorporated Fayetteville, Arkansas Section 02200 - 6 I I I H J I ET I I I I I I I I I specified hereinbefore. Unsuitable material is material which is not capable of supporting the pipe base material, pipe and/or backfill (i.e., organics, mud, large rocks, trash, etc.). 3.14 BASE FOR SEWER PIPE A. Place a minimum 6 -inch thickness of granular pipe base of the type hereinbefore specified. Place for the full width of the trench with the top of the granular base at flow line grade. Bed the pipe in the granular base so that the flow line is at the required grade and elevation. Place and finish the gravel base to grade ahead of the pipe laying operation. 3.15 TRENCH BACKFILL AT SEWER PIPE ZONE A. Backfill the pipe zone to 6 inches above the outside of the pipe for the full width of the trench with granular pipe zone material as specified hereinbefore. Place in the trench in horizontal lifts not exceeding 6 inches in uncompacted thickness on both sides of the pipe. Thoroughly tamp and supplement by "walking in" the material. Use particular attention.in placing material on the underside of the pipe to provide a solid backing and to prevent lateral movement during the final backfilling procedure. 3.16 TRENCH BACKFILL ABOVE THE PIPE ZONE A. In trenches under all structures, streets, roads, 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. In trenches under driveways, parking areas, sidewalks and similar areas designated by the Engineer, backfill with compacted native materials to within 6 -inches of the surface. Places 6 -inches of GRANULAR FILL (Class 7 Base) and compact to not less than 95% relative compaction. Place additional GRANULAR FILL if settlement 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. Do not allow free fall of the material into the open trench. Under no circumstances Section 02200 - 7 ' Mosleilo ne CoflsulSiflg Enthnfters In crap orolrporo? ee Fpyollevllle, Arkansas I I I C I H H C C I I I I I L allow sharp, heavy pieces of material to drop directly onto the pipe or the material in the pipe zone. Backfill material shall not exceed 1/2 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 deficiency of backfill material after settlement within the guarantee period shall be corrected by regrading and adding or removing material. 3.19 SITE GRADING A. Perform all earthwork to the lines and grades as shown and/or established by the Engineer, with proper allowance for topsoil where specified or shown. Shape, trim, and finish slopes of channels to conform with the lines, grades, and cross sections shown. Make slopes free of all exposed roots and stones exceeding 3 -inch diameter which are loose and liable to fall. Round tops of banks to circular curbs, in general, not less than a 6 -foot radius. Rounded surfaces shall be neatly and smoothly trimmed. Overexcavating and backfilling to the proper grade will not be acceptable. Finished site grading will be reviewed by the Engineer. 3.20 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. 3.21 SETTLEMENT A. Any settlement in backfill, fill, or in structures built over the backfill or fill, which may occur within the 1 -year guarantee period in the General Conditions will be considered to be caused by improper compaction methods and shall be corrected at the Contractor's sole expense. Any structures damaged by settlement shall be restored to their original condition by the Contractor at the Contractor's sole expense. 3.22 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 uniform gradation between small and large material. Prevent damage to pipe Section 02200 - 8 ' C nGe I fond OSI p fW ngfnon eri nco,porot In mrporalse Foyenevi)Ie, Arkomce facilities. Repair i the Contractor's sole ent for the work in this Section will of the unit price and lump sum bid am Proposal. h excavation (regardless e and pipe zone material pipe shall be included sewer pipe. 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. Payment for riprap will be based on the unit price per ton stated in the Proposal, and the number of tons places within the 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. Rock excavation shall be measured for payment as the actual quantity of rock removed within the following limits: Maximum depth for payment purposes inches below the bottom outside sur barrel of the proposed pipeline. MCCre llend esi n o rve Consuning Engineers lncoroorored Foyerreville, Arkonsos I I I I I I fl I I 11 I I I I I 2. Maximum width for payment purposes shall be 36 inches. If the actual width of excavation is less than 36 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 excavate the material. No payment will be made for rock excavated below the require grade or outside the widths mentioned above. No payment will be made for rock removal by any method other than power - operated tools. END OF SECTION Boring Log. Appended Hereto Section 02200-10 1 MOCle rlond eet a rn Engineers[nng IncorporatedFoyettevllle, drkonsae I I I I I [1 I I I U C [_1 I I [l I LI LOG OF BORING NO. B-1 MUD CREEK SANITARY SEWER REPAIR CITY OF FAYETTEVILLE TYPE: 61" Hollow -Stem Auger LOCATION: See Plan Sheet H F W O J 0) m U, a J a DESCRIPTION OF MATERIAL SURF. EL: U W u y 3t m F - >� o' Zm COHESION, TON/SQ FT ^ 0.2 0.4 0.6 0.6 1.0 L2 1.4 U- = 0 W W PLASTIC WATER LIQUID LIMIT C0NTENT,% LIMIT 10 20 s0 40 so 60 70 Firm reddish brown silty clay with broken chert (fill material) :1. J Soft brown silty sandy clay with gravel (fill material) 16 J 115 I • 4 6 - — Soft weathered shale with sandstone seams Auger Refusal 7 j I i ' 150 I i • 3 -- == 10 12 _ - - 14 Hard tan sandstone 16 COMPLETION DEPTH: 14.0DEPTH TO WATER DATE: 10-23-90 IN BORING: 7.0! DATE: 10-23-90 PLATE 1 G I I IL I 1.1 I I I I LI I I I I SYMBOLS AND TERMS USED ON BORING LOGS SOIL TYPES (SHOWN IN SYMBOL COLUMN) a0 ____ ftllfl Gravel Sand Silt Clay Predominant type shown heavy SAMPLER TYPES (SHOWN IN SAMPLES COLUMN) N N Jar Shelby Piston Split No Sample Tube Spoon Recovery TERMS DESCRIBING CONSISTENCY OR CONDITION COARSE GRAINED SOILS (major portion retained on No. 200 sieve): includes (I) clean gravels and sands, and (2) silty or clayey gravels and sands. Condition is rated according to relative density, as determined by laboratory tests. DESCRIPTIVE TERM Loose Medium dense Dense RELATIVE DENSITY 0 to 40% 40 to 70% 70 to 100% FINE GRAINED SOILS (major portion passing No. 200 sieve): Includes (1) inorganic and organic silts and clays, (2) gravelly, sandy. or silty clays, and (3) Clayey silts. Consistency is rated according to shearing strength, as indicated by penetrometer readings or by unconfined compression tests. UNCONFINED DESCRIPTIVE TERM COMPRESSIVE STRENGTH TON/SQ FT Very soft. Less than 0.25 Soft 0.25 to 0.50 Firm 0.50 to 1.00 Stiff 1.00 to 2.00 Very stiff 2.00 to 4.00 Hard. 4.00 and higher Note: Slickensided and fissured clays may have lower unconfined Compressive strengths then shown above, because of planes of weakness or crack, in the soil. The ccnsittency ratings of such ,oils are based on penetrometer readings. TERMS CHARACTERIZING SOIL STRUCTURE Slickensided — having inclined planes of weakness that are slick and glossy in appearance. Fissured — containing shrinkage cracks, frequently filled with fine sand or silt; usually more or less vertical. Laminated — composed of thin layers of varying color and texture. Interbedded — composed of alternate layers of different soil types. Calcareous — containing appreciable quantities of calcium carbonate. Well graded — having wide range in grain sizes and substantial amounts of all intermediate particle sizes. Poorly graded — predominantly of one grain size, or having a range of sizes with some intermediate size missing. ■ I Terms used in this report for describing soils according to their texture or grain size distribution are in accordance with the UNIFIED SOIL CLASSIFICATION SYSTEM, as described in Technical Memorandum No. 3-357, Waterways Erpenment Station, March 1953. MCCLELLAND EN GIN EEAS PLATE 2 I I 1 I I I 1 1 1 1 I. • 1 SECTION 02215 GEOTEXTILE FABRIC PART 1 GENERAL 1.01 SCOPE A. The work provided for herein consists of furnishing all plant, labor, material, and equipment and performing all operations required for furnishing, hauling, and placing the geotextile, complete, as specified herein and shown on the contract drawings, and maintaining the geotextile until placement of the stone cover is completed and accepted. 1.02 APPLICABLE PUBLICATIONS. A. The current issues of the publications listed below, but referred to thereafter by basic designation only, form a part of this specification to the extent indicated by the references thereto: 1. American Society for Testing and Materials (ASTM): D 123-84 Definitions of Terms Relating to Textiles. D 3787-80a Bursting Strength of Knitted. Goods: Constant -Rate -of -Traverse (CRT), Ball Burst Test. D 3884-80 Abrasion Resistance of Textile Fabrics (Rotary Platform, Double -Head Method),. D 1682-64 Breaking Load and Elongation of Textile Fabrics. D 1683-81 Seam Breaking Strength of Woven. Textile Fabrics. . D 4491-85 Test Methods for Water Permeability of Geotextiles by Permittivity. D 1117-80 Non -Woven Fabrics (Trapezoidal Tear Test). Section 02215-1 MCCle(land Coneu)fing Engineers Incorporated Fayetteville, Arkansas H I I I I H I I 1 I I I I I 2 U.S. Army Corps of Engineers: EM 1110-2-1906 Laboratory Soils Testing. PART 2 MATERIALS: 2.01 GEOTEXTILE A. The geotextile shall be a woven or a non -woven pervious sheet of plastic yarn as defined by ASTM D 123. The geotextile shall meet the physical requirements listed in Table No. 1 of the specifications. The geotextile fiber shall consist of a long -chain synthetic polymer composed of at least 95 percent by weight of propylene, ethylene, ester, amide, or vinylidene-chloride, and shall contain stabilizers and/or inhibitors added to the base plastic if necessary to make the filaments resistant to deterioration due to ultra -violet and heat exposure. The edges of the geotextile shall be finished to prevent the outer fiber from pulling away from the geotextile. Material shall be Trevira spunbound Type 1135 (10 oz/sq yd) as manufactured by Hoechst, or approved equal. B. The seams of the geotextile shall be sewn with thread of a material meeting the chemical requirements given above for geotextile yarn or shall be bonded by cementing or by heat. The sheets of geotextile shall be attached at the factory or another approved location, if necessary, to form sections not less than 6 feet wide. Seams shall be tested in accordance with method ASTM D 1683, using 1 -inch square jaws and 12 inches per minute constant rate of traverse. The strengths shall be not less than 90% of the required tensile strength (TABLE 1) of the unaged geotextile in any principal direction. C. Acceptance Requirements: All brands of geotextile and all seams to be used shall be accepted on the following basis. The Contractor shall furnish the Engineer, in duplicate, a mill certificate or affidavit signed by a legally authorized official from the company manufacturing the geotextile. The mill certificate or affidavit shall attest that the geotextile meets the chemical, physical and manufacturing requirements stated in this specification. If requested by the Engineer, the contractor shall provide to the Owner geotextile samples for testing to determine compliance with any or all of the requirements in this specification. When samples are to be provided, they shall be submitted a minimum of 30 days prior to the beginning of installation of the same geotextile. All samples provided shall be from the same production lot as will be supplied for the contract, and Section 02215-2 npeun Cg ns esi a rve Engln inee eers Incorporated Fayottevilte, Arkansas I I I I I I I I I I C I I shall be the full manufactured width of the geotextile by at least 10 feet long, except that samples for seam strength may be a full width sample folded over and the edges stitched for a length of at least 5 feet. Samples submitted for testing shall be identified by manufacturers lot designation. 2.02 DETERMINATION OF EQUIVALENT OPENING SIZE (EOS): A. Five unaged geotextile samples shall be tested. Obtain 50 gm of each of the following fractions of standard glass beads: U.S. Standard U.S. Standard Designated Sieve Number Designated Sieve Number EOS Passing Retained on EOS Passing Retained on 20 18 20 60 50 60 30 25 30 70 60 70 40 35 40 80 70 80 50 45 50 100 80 100 120 100 120 140 120 140 B. ' Two possible sources of suitable glass beads are: Cataphote Division Potters Industries,Inc. Ferro Corporation or 377-T Route 17 P.O. Box 2369 Hasbrouck Heights, NJ 07604 Jackson, MS 39205 Telephone No. (201). 288-4700 Telephone: (601) 939-4631 C. Glass beads should be at least 90 percent true spheres. Beads should not be used without verifying the sizing by sieving on the sieves given above for each designated EOS. Beads shall be periodically re -sieved to eliminate beads of other sizes, broken beads, and other undesirable material. The geotextile shall be affixed to a standard sieve 8 inches in diameter having openings larger than the largest beads to be used in the test. The textile shall be attached to the sieve in such a manner that no beads can pass between the geotextile and the sieve wall. Shaking shall be accomplished as described in paragraph 2d(1)(g), Appendix V, EM 1110-2-1906, except the time for shaking shall be 20 minutes. Determine by sieving (using successively coarser fractions) that size of beads of which five percent of less by weight passes through the geotextile; the equivalent opening size, EOS of the geotextile specimen is the "retained on" U.S. Standard Section 02215-3 II 3 s ' MCC!6)Ond Consulting s Incorporated Fayetteville, Arkansas I I I I L L I I I L1 I H I I Sieve number or nominal sieve opening this fraction. A minimum of five specimens shall be tested. The EOS for shall be reported as the value(s) largest and smallest EOS values o, specimens. in millimeters of randomly chosen the fabric sample representing the the individual Table No. 1 - Physical Requirements Physical Property Test Procedure Acceptable Values++ Tensile Strength + (unaged geotextile) Breaking Elongation Puncture Strength +(unaged geotextile) Abrasion Resistance Equivalent Opening ASTM D 1682 Grab Test Method using 1 inch square jaws and a 12 inches per minute constant rate of traverse ASTM D 1682 Determine Apparent Breaking Elongation ASTM D 3787 except polished steel ball replaced with a 5/16 inch diameter solid steel cylinder with a hemispherical tip centered within the ring clamp. ASTM D 3884 Rubber - base abrasive wheels equal to CS -17 "Calibrase" by Taber Instrument Co., 1 kilogram load per wheel; 1000 revolutions, determine residual breaking load. Specification Paragraph titled "Determination of Equivalent Opening Size (EOS)" 200 pound minimum in any principal direction 15 percent minimum to 85 percent maximum in any principal direction. 80 pounds minimum. 55 pound minimum Residual Load in any principal direction. No finer than the Standard Sieve No. 70 and no coarser than the U.S. Standard Sieve No. 50. Section 02215-4 Mccleilond Consulting s Enngineeginee rs marooraree Fayetteville, Qrkantat I J J I I I I I I I I fl Li I I I I I Tear Strength ASTM D 1117 Trapezoidal Tear Strength 60 pounds minimum in any principal direction. Geotextile Per- ASTM D 4491 The permeability meability (kg) Test Methods for of the Geotextile Water Premeability shall be greater of Geotextile by than 10-4 Feet Permittivity per Minute (Centimeters Per Second 10-5). + Unaged geotextile is defined as geotextile in the condition received from the manufacturer or distributor. ++All numerical values represent minimum average roll values (ie., any roll in a lot shall meet or exceed the minimum in the table). PART 3 EXECUTION 3.01 SHIPMENT AND STORAGE A. During all periods of shipment and storage, the geotextile shall be protected from direct sunlight, ultra -violet rays, temperatures greater than 140 degrees Fahrenheit, mud, dirt, dust and debris. To the extent possible, the fabric shall be maintained wrapped in a heavy duty protective covering. 3.02 INSTALLATION OF THE GEOTEXTILE A. The geotextile shall be placed in the manner and at the locations shown on the drawings. At the time of installation, the geotextile shall be rejected if it has defects, rips, holes, flaws, deterioration or damage incurred during manufacture, transportation or storage. The surface to receive the geotextile shall be prepared to a relatively smooth condition free of obstructions, depressions, debris and soft or low density pockets of material. Erosion features such as rills, gullies, etc. or greater than 3 inches depth per foot of depression. width, must be graded out of the surface before geotextile placement. The geotextile shall be placed with the long dimension perpendicular to the centerline Section 02215-5 MCCieUand EsuThr,Q Engineers es) n o rro incorporated Fayetteville, Arkansas of the channel and laid smooth and free of tension, stress, folds, wrinkles, or creases. The strips shall be placed to provide a minimum width of 18 inches of overlap for each joint, and the upstream or streambank side piece of fabric shall overlap on top of the downstream or channel centerline side piece of fabric. Temporary pinning of the textile to help hold it in place until the rip rap is placed shall be allowed. The temporary pins shall be removed as the rip rap is placed to relieve high tensile stress which may occur during placement of material on the geotextile. The placement procedure requires that the length of the geotextile be approximately 15 percent greater than the slope length. The Contractor shall adjust the actual length of the geotextile used based on initial installation experience. The geotextile shall be protected at all times during construction from contamination by surface runoff and any geotextile so contaminated shall be removed and replaced with uncontaminated geotextile. Any damage to the geotextile during its installation or placement of riprap shall be replaced by the Contractor at no cost to the Owner. The work shall be scheduled so that the covering of the geotextile with a layer of the specified material is accomplished within 4 calendar days after placement of the geotextile. Failure to comply shall require replacement of geotextile. The geotextile shall be protected from damage prior to and during the placement of riprap or other materials. This may be accomplished by limiting the height of drop to less than 1 foot, by placing a cushioning layer of sand or gravel on top of the geotextile before placing the material, or other methods deemed necessary. Before placement of riprap or other materials, the Contractor shall demonstrate that the placement technique will prevent damage to the geotextile. In no case shall any type of equipment be allowed on the unprotected geotextile. PAYMENT Payment will be made at the unit actual quantity of material installed, accepted and measured END OF SECTION MCCeIan e.l e M Consulriny Engineers InrorO orated Fayerrevllle, Arkansas price bid,based on the authorized, properly in place. Section 02215 - 6 I H PART I GENERAL ' I 1.01 SCOPE I SECTION 03210 REINFORCING STEEL A. This Section covers the work necessary to furnish and install, complete, the reinforcing steel and welded wire fabric. ' I 1.02 GENERAL I I I I H 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 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 H 11 I I I I A. Deformed billet -steel bars 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. Section 03210-1 I McClelland esl n o rve Consulting Engineers ,ncNvorwed Fayerteville, Arkansas H H I I I H C C I I I I. I I I I I Conform to requirements of "Placing Reinforcing Bars" published by CRSi. PART 3 EXECUTION 3.01 GENERAL A. Conform to "Placing Reinforcing Bars", Recommended Practices, Joint Effort of CRSI-WCRSI, prepared under the direction of the CRSI Committee on Engineering Practice. B. Notify the Engineer when reinforcing is ready for inspection and allow sufficient time for this inspection prior to casting concrete. 3.02 DELIVERY AND STORAGE A. Deliver steel with suitable hauling and handling equipment. Tag steel for easy identification. Store to prevent contact with the ground.. The unloading, storing, and handling bars on the job shall conform to CRSI publication "Placing Reinforcing Bars". 3.03 PLACING REINFORCING STEEL - CLEANING A. Clean metal reinforcement of any loose mill scale, oil, earth and other contaminants. 3.04 STRAIGHTENING AND REBENDING A. Do not straighten or rebend construction access through bundling or spacing of bars used:. Submit details and oh to placing. REINFORCING STEEL metal reinforcement. Where reinforcing is a problem, instead of bending shall be :a•in Engineer's review prior 3.05 PROTECTION, SPACING, AND POSITIONING OF REINFORCING STEEL A. Conform to the current edition of the ACI Standard Building: Code Requirements for Reinforced Concrete (ACI 318), reviewed placing drawings and design drawings. 3.06 REINFORCING STEEL - LOCATION TOLERANCE A. Conform to the current edition of "Placing Reinforcing Bars" published by Concrete Reinforcing Steel Institute and to the Details and Notes on the Drawings. Section 03210 - 2 McClelland esl o rn Consulting Engineers In Cora oroled Fayetteville, Arkansas H H I H H H H I I I H C I I I I 3.07 SPLICING A. Conform to Drawings and current edition of ACI Code 318. Splices in adjacent bars shall be staggered. 3.08 TYING DEFORMED REINFORCING BARS A. Conform to the current edition of "Placing Reinforcing Bars" published by Concrete Reinforcing Steel Institute and to the Details and Notes on the Drawings. 3.09 REINFORCEMENT AROUND OPENINGS A. Place an equivalent area of steel around the pipe or opening and extend on each side sufficiently to develop bond in each bar. See the Details on Drawings for bar extension length.each side of opening. Where welded wire fabric is used, provide extra reinforcing using fabric of deformed bars. 3.10 WELDING REINFORCEMENT A. Welding shall not be permitted unless the Contractor submits detailed shop drawings, qualifications, and radiographic nondestructive testing procedures for review by the Engineer. The Contractor shall obtain the results of this review prior to proceeding. The basis for the Contractor submittals shall be The Structural Welding Code, Reinforcing Steel, AWS D1.4-79, published by the American Welding Society and the applicable portions of ACI 318, current edition. The Contractor shall test 10 percent of all welds using radiographic, nondestructive testing procedures referenced in this code. 3.11 PLACING WELDED WIRE FABRIC A. Extend fabric to within 2 inches of the edges of the slab, and lap splices at least 1-1/2 courses of the fabric and a minimum of 6 inches. Tie laps and splices securely at ends and at least every 24 inches with 16 -gauge black annealed steel wire. Ensure that the welded wire fabric is placed at the proper distance above the bottom of the slab. Conform also to ACI 318-77 and. to the current Manual of Standard Practice,. Welded Wire Fabric, by the Wire Reinforcement Institute regarding placement, bends, laps, and other requirements. Section 03210 - 3 Mn nsultinQ ev o rve Engineers incorporated Fayetteville, Arkansas 3.12 FIELD BENDING A. Field bending of reinforcing steel bars is not permitted when rebending will later be required to straighten bars. Rebending of bars at the same place where strain hardening has taken place due to the original bend will damage the bar. Consult with the Engineer prior to any pour if the contractor foresees a need to work out a solution to prevent field bending. 3.13 PAYMENT A. Payment for the work in this Section will be included as part of the applicable unit price bid amounts stated in the Proposal for concrete items. END OF. SECTION: t.■ Section 03210 - 4 Mat/e nand v o Consulting Engineer, Incorporated Fayette villa, Arkansas I I I SECTION 03300 C L_ I C [I I I I I I I [_] n CONCRETE PART I GENERAL 1.01 SCOPE A. This section covers the work necessary to furnish and install, complete, the cast -in -place concrete, including formwork. B. See Part 3, CONDITIONS OF THE CONTRACT, and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.02 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in 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 all weighing scales have been tested and are within the tolerances as set forth in the National Bureau of Standards Handbook No. 44. B. Batch plant equipment shall be either semiautomatic or fully automatic. 1.04 RELATED WORK SPECIFIED IN OTHER SECTIONS A. Section No. Item 03210 Reinforcing Steel Section 03300-1 ' MiQeung ev o rve engine er a Engineers incorporated Fayerrevine, Arkansas J PART 2 PRODUCTS ' I 2.01 CEMENT I I 1 [1 I I I H I H I 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 - GENERAL A. Natural aggregates, free from deleterious coatings, conforming to ASTM C33, together with all referenced ASTM Standard Specifications, except as modified herein. Aggregates shall not be potentially reactive as defined in Appendix XI of ASTM C33. The Contractor's attention is directed also to Paragraph 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, shall not exceed 4 natural sand. Materials finer than the 200 sieve percent. Use only clean, sharp, 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 prequalification tests performed by the grout manufacturer. MCCI. I one ea o m C°^solt in; Engineers incorporated Fayettevllb, Arkansas Section 03300 - 2 I I I L C I 11 [I I I I I I I I I I I 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 verify fluidity, placement, shrinkage, and strength. Actual placement tests using steel baseplates will be used. The manufacturer shall furnish all baseplates and material, and shall perform the testing at his expense. B. Grout shall be a fluid grout capable of satisfactorily meeting the Engineer's baseplate test and shall be nonmetallic, unless specified for special use hereinafter. The grout shall be a nongas-liberating type, cement base product; premixed product requiring only the addition of water for the required consistency. All components shall be inorganic. No material, except water, shall be added at the project site. C. The grout product shall satisfy all of the above requirements even though the project use calls for a dry pack consistency and use. 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 - GENERAL 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. Section 03300 - 3 I Mepelland esi o rve ConsulNne Erpineers Inaorporored Fayerteville, Arkansas I H I I I I I I I I I] I B. All joints in forms shall be taped, gasketed, plugged, and/or caulked with an approved material so that the joint will remain watertight and withstand placing pressures without bulging outward or creating surface patterns. Formwork with gaps and apertures in the form surfaces shall not be used. Form surfaces that have been damaged and are no longer in a smooth "new and undamaged" condition shall not be reused except in areas where finish is of no real concern and then only after written approval is obtained from the Engineer. C. The Contractor shall requirements included i Specification, and shall for review by Engineer purchase of forms. 2.08 FORM TIES comply with all form tie n the various sections of this submit shop drawing information and obtain approval prior to A. Form ties on exposed surfaces shall be located in a uniform pattern or as indicated on the Drawings. Form ties shall be constructed so that the tie remains embedded in the wall, except for a removable portion at each end. Form ties shall have conical or spherical type inserts, inserts shall be fixed so that they remain in contact with forming material, and shall be constructed so that no metal is within 1 inch of the concrete surface when the forms, inserts, and tie ends are removed. Wire ties will not be permitted. Ties shall withstand all - pressures and limit deflection of forms to acceptable limits. B. Flat bar ties for panel forms shall have plastic or rubber inserts having a minimum depth of 1 inch and sufficient dimensions to permit, proper patching of the tie hole. 2.09 BOND BREAKER A. Bond breaker shall be a nonstaining type, which will provide a positive bond prevention such as Williams Tilt -Up Compound, as manufactured by Williams Distributors, Inc., Seattle, WA; Silcoseal 77, as manufactured by SCA Construction Supply Division, Superior Concrete Accessories, Franklin Park, IL; or equal. Submit review copies of manufacturer's data, recommendations, and instructions for specific use on this project. Section 03300 - 4 r ¶1 ' Con np ttina Engineers s ncotp orot Inrnra orated Fayetteville, A rkonsos I I 2.10 CURING COMPOUND C Li I L H I I [_I I I I. I I I I A. Curing compound to conform to the requirements of ASTM C309, with the additional requirement that permeability not exceed 0.039 gm/square cm/72 hours. Masterseal, manufactured by Master Builders, Cleveland, Ohio; Euco Floor Coat, manufactured by Euclid Chemical Co., Cleveland, Ohio; or equal. Curing compounds shall be compatible with required finishes and/or coatings. Tests for compliance shall be made by manufacturer with certification furnished by the Contractor. Manufacturer's certification shall state quantity or coverage required to meet or exceed tests and method of application. The manufacturer shall submit certification that the product meets ASTM C309 and the additional permeability requirement, and shall specifically state the coverage required to meet these requirements. The Contractor shall not use the curing compound where additional finishes such as hardeners, paintings, staining, and other special coatings are required. Use water curing as hereinafter specified instead. PART 3 EXECUTION 3.01 DESIGN OF CONCRETE MIX - PROPORTIONS (GENERAL) A. Before beginning any concrete work, the Contractor shall have the concrete mix designed and the ingredients selected and proportioned by an approved independent testing laboratory meeting the requirements of ASTM E 329. Certified copies of all laboratory trial mix reports shall be sent to the Engineer from the testing laboratory. Do not place concrete prior to the Engineer's review and acceptance in writing of the concrete mixes and the cylinder test results from these laboratory mixes. B. The concrete mix shall be designed so that the proportions will produce results that will meet the requirements of the project. C. The concrete shall be proportioned in accordance with ACI 211 subject to the following specifications. D. Design the mix and perform tests to meet the following requirements: Section 03300 - 5 ' C nC)e tiand ng Enn.UlsWe $ Incorporated • Fayetteville, Arkansas I I. I. 1 1 3.02 I I I A 3.03 A 3.04 1. Design strength of structural 3,000 psi at 28 days. The grading shall be for the 1 inch hereinafter specified, unless the Drawings or specified here' concrete shall be combined aggregate grading combination otherwise shown on n. 2. The water -cement ratio or water -cement plus pozzolan ratio, if applicable, shall not exceed 0.49 by weight, unless otherwise approved in writing by the Engineer. 3. Minimum cement content or combined cement plus fly ash content when fly ash is used for performance and longevity, regardless of design strength, shall be 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 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. 4. Concrete used for thrust blocks and encasement of pipelines shall have a design strength of 2,000 psi at 28 days. MEASUREMENT OF MATERIALS AND MIXING Conform to ACT 304 current edition and to other requirements hereinbefore specified for mix design, testing, and quality control and to these Specifications. RETEMPERING The retempering of concrete or mortar in which the cement has partially hydrated will not be permitted. REUSE OF FORMS A. Reuse of forms will be permitted only if a "like new" condition, unless otherwise approved in writing, is maintained. The Engineer shall be notified one full Section 03300 - 6 I Mapletland ev o rn ConeW ling Engine ors Incorporated Fayetteville, Arkansas t. I I LH I IT I I I [1 I I I I I working day prior to concrete placement so that the forms can be inspected. The Contractor shall correct any defective work, found in the Engineer's inspection, prior to delivery of concrete to the project. Formwork surfaces that were in good condition and accepted for use, but were damaged during removal and handling shall not be reused on additional pours. The Contractor is expected to take care in the handling of forms and to obtain approval of form surfaces prior to each reuse. B. All forms, falsework, shoring, and other structural formwork required shall be structurally designed by the Contractor and the design shall comply with all applicable safety regulations, current OSHA regulations, and other codes. Comply with applicable portions of ACI 347, ACI 318 current edition, and these specifications. All design, supervision, and construction for safety of property and personnel shall be the Contractor's full responsibility. 3.05 FORM TOLERANCES A. Forms shall be surfaced, designed, and constructed to meet ACI 318 and the following minimum requirements for the specified finishes. Failure of the forms to produce the specified requirements will be grounds for rejection of the concrete work. Rejected work shall be repaired or • replaced by the Contractor at no additional cost to the Owner. All repair or replacement shall be subject to these Specifications and the approval of the Engineer. Where the Contractor's work does not meet the tolerance specifications he shall submit his proposed method to upgrade the specified finish to compensate for the inferior appearance or to repair or provide an acceptable alternate solution. Obtain in writing the approval of this repair or alternate solution before proceeding. All repair work or work on an alternate solution required shall be at no additional cost to the Owner. 3.06. FORM SURFACE PREPARATION - GENERAL A. All form surfaces in contact with the concrete shall be thoroughly cleaned of all previous concrete,. dirt, and other surface contaminants prior to preparing by the applicable method below. Do not reuse damaged form surfaces. 3.07 EXPOSED WOOD FORMS A. All wood surfaces in contact with the concrete shall be coated with an effective release agent prior to form Section 03300 - 7 Engineers ge Iand M� o rn Consullina inras Incorporated Fayetteville, Arkansas IE I I I IJ I I II I I I 1 I 1 installation. The release agent shall be nonstaining and nontoxic after 30 days. 3.08 STEEL FORMS A. Mill scale and other ferrous deposits shall be sandblasted or otherwise removed from the contact surface of forms. All forms shall have the contact surfaces coated with a release agent. The release agent shall be effective in preventing discoloration of the concrete from rust, and shall be nontoxic after 30 days. 3.09 BEVELED EDGES (CHAMFER) A. 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 an 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. 3.12 PLACING CONCRETE - GENERAL A. Upon completion of forms and placing of reinforcing steel, and before concrete is placed, notify other trades Section 03300 - 8 ConsIO ultinnd g L o r» 6nnaWe s Ecorporat Incorporated Foystievillo, Arkansas I L I E El I I I El I I I1 I I 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. D. 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 dampen all wood forms. Reinforcement shall be secured in position and acceptable to the Engineer before concrete is placed. Conform to ACI 304 and to other requirements needed to obtain the finishes specified. 3.13 CONVEYOR BELTS AND CHUTES A. All ends of chutes, hopper gates, and all other points of concrete discharge throughout the Contractor's conveying, hoisting, and placing system shall be so designed and arranged that concrete passing from them will not fall separated into whatever receptacle immediately receives it. Conveyor belts, if used, shall be of a type approved by the Engineer. Chutes longer than 50 feet will not be permitted. Minimum slopes of chutes shall be such that concrete of the specified consistency will readily flow in them. If a conveyor belt is used, it shall be wiped clean by a device operated in such a manner that none of the mortar adhering to the belt will be wasted. All conveyor belts and chutes shall be covered. Sufficient illumination shall be provided in the interior of all forms so that the concrete at the places of deposit is visible from the deck or runway. Section 03300 - 9 nd ' aloras incorporated C(ring Esi o rve nmpaarAorale0 Fayetteville, Arkansas H H 3.14 PUMPING OF CONCRETE - GENERAL I I I I I I I I I I I I I,1 I A. Pumping of concrete will be permitted only with the Engineer's approval. If the pumped concrete does not produce satisfactory end results, the Contractor shall discontinue the pumping operation and proceed with the placing of concrete using conventional methods. 3.15 REMOVAL OF WATER A. Unless the tremie method of placing concrete is specified, remove all water from the space to be occupied by the concrete. 3.16 CONSOLIDATION AND VISUAL OBSERVATION A. Concrete shall be consolidated with internal vibrators having a frequency of at least 8000 vpm, with amplitude required to consolidate the concrete in the section being placed. At least one standby vibrator in operable condition shall be at the placement site prior to placing the concrete. Consolidation equipment and methods shall conform to ACI 309. The forms shall contain sufficient windows or be limited in height to allow visual observation of the concrete and the vibrator operator shall be required to see the concrete being consolidated to ensure good quality workmanship, or the Contractor shall have a person who is actually observing the vibration of the concrete at all times and advising the vibrator operator of any changes needed to assure complete consolidation. 3.17 PLACING CONCRETE IN HOT WEATHER A.. Prepare concrete aggregates, mixing water, and other ingredients; place concrete; cure; and protect in accordance with the requirements. of ACI 305. Provide special admixtures and special curing methods required by other paragraphs in this section even though not required by ACI 305 and ACI 318. Water -reducing. and/or set -retarding admixtures shall be used in such quantities as especially recommended by the manufacturer to assure. that the concrete is workable, and lift lines will not be visible in architectural concrete finishes. B. Every effort shall be made to maintain a concrete temperature below 90 degrees F at time of placement. Ingredients shall be cooled before mixing to prevent excessive concrete temperature. ' Engslellaae Consulting sr n o rro Engineers InaCra oroled Fayefreville, Arkansas Section 03300 - 10 I I I I I I I I I I nI C� I I I I I C. Provisions shall be made for windbreaks, shading, fog spraying, sprinkling, or wet cover, when necessary. 3.18 PLACING CONCRETE IN COLD WEATHER A. Do not place concrete when the ambient temperature is below 40 degrees F, or approaching 40 degrees F and falling, without special protection as hereinafter specified. No concrete shall be placed against frozen earth or ice, or against forms and reinforcement with frost or ice present. B. Temperatures of the concrete mix shall be as shown below for various stages of mixing, placing of the concrete mix. CONCRETE TEMPERATURES Section size, minimum dimension, inch Air Temp. 12 in. 12-36 inches 36-72 inches 72 inches Minimum concrete temperature as mixed for indicated weather: Above 30 F 60 F 55 F 50 F 45 F 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 20F C. Concrete placed shall be cured and protected as hereinafter specified for a minimum of 7 days except that the strength requirements may require additional protection and curing during cold weather due to delayed field strength gain. 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. Section 03300 - 11 MCCieUOnd es� o rve Consulting Eoineers rpors Incorporated Fayeneville, Arkansas El If El I I I I I I I I I I I I I Li 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. F. The actual temperature of the concrete surface determines the effectiveness of protection, regardless of air temperatures or whether the objective is durability or strength. Because corners and edges of concrete are most vulnerable to freezing and usually are more difficult to maintain at the required temperature, their temperatures should be monitored to evaluate and verify the protection provided. The Contractor shall provide a sufficient number of thermometers to be placed on the concrete surfaces spaced throughout the work to allow inspection and monitoring of concrete surface temperatures representative of all the work. G. Heating units should be vented and not be permitted to heat or dry the concrete locally. Fresh concrete exposed to carbon dioxide (CO2) gas from polluted atmospheres or resulting from the use of salamanders or other heating devices which exhaust flue gases directly into an enclosed area may result in concrete carbonation, causing soft surfaces of varying depths depending on the concentration of carbon dioxide, the temperature at which the concrete was cured, and the relative humidity. Carbon monoxide, which can occur with partial combustion, and high levels of carbon dioxide are potential hazards to workmen. Moreover, strict fire prevention measures should be enforced. Concrete at any age can be damaged by fire, but at a very early age it may be additionally damaged by freezing until new protection can be provided. H. Maintain curing conditions which will foster normal strength development without excessive heat, and without critical saturation of the concrete at the close of the protection period. • Limit rapid temperature changes, particularly before strength has developed sufficiently to withstand temperature stresses. Sudden chilling of concrete surfaces or exterior members in relation to interior structure can promote cracking. to the detriment of strength and durability. At the end of the required period, protection should be discontinued in such a manner that the drop in temperature of any portion of the ' C nUelin esl n o rve nnl Engigineeeg rss Incorporated Fayetteville, Arkansas Section 03300 - 12 I I I I H I I L H I [1 I I I I concrete will be gradual and will not exceed, in 24 hours, the amount shown in the table hereinbefore specified. J. Maintain the temperature of the concrete above 50 degrees for a minimum of 7 days. The Contractor shall submit his detailed plan for cold weather curing and protection of all concrete that is to be placed and/or cured in weather below 40 degrees F. Reference may be made to the recommendations of ACI 306 and ACI 318 for additional information. Conform to these Specifications and to any additional information in ACI 306 which will provide the temperature protection and curing for the 7 -day period. K. Additives for the sole purpose of providing "freeze protection" shall not be used. Additives to shorten the cure time may be used if approved; however, the concrete shall be placed and cured at all times at temperatures above freezing as hereinbefore specified. 3.19 BONDING TO NEW CONCRETE HORIZONTAL CONSTRUCTION JOINTS A. Roughen the surface of the hardened concrete. Thoroughly clean and saturate with water, cover the horizontal surfaces only with at least 2 inches of grout, as hereinbefore specified, and immediately place concrete. New concrete is defined as less than 60 days old. Limit the concrete lift placed immediately on top of the grout to 12 inches thick and thoroughly vibrate to mix and consolidate the grout and concrete together. Provide inspection windows to allow close visual inspection of this work. 3.20 BONDING TO OLD CONCRETE A. Coat the contactsurfaces with bonding agent specified hereinbefore. The method of preparation and application of both the bonding agent and the grout shall conform to the manufacturer's printed instructions and recommendations for specific application for this project. Obtain this recommendation in writing from the manufacturer's representative. 3.21 EVALUATION AND ACCEPTANCE OF CONCRETE A. Conform to ACI Standard Building Code requirements for reinforced concrete (ACI 318-83), section 4.7, "Evaluation and Acceptance of Concrete", and to the following specifications: Section 03300 - 13 ■ ' µaelel lnne o na engineers engineers incorporated Fayefleville, Arkansas .'I I H H I I H I H I H I I I I I I 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 curing samples at the jobsite. The Contractor shall provide adequate facilities for safe storage and proper curing of concrete test cylinders on the project site for the first 24 hours, and for additional time as may be required before transporting to the test lab. Specimens will be made, cured, and tested in accordance with ASTM C 31 and ASTM C 39. 2. One set of test cylinders for each class of concrete placed each day shall be taken not less than once a day, nor less than once for each 100 cubic yards of concrete, nor less than once for each 3,000 square feet of wall or slab surface. area. Each set of test cylinders shall consist of one cylinder to be tested at 7 days, one cylinder to be tested at 28 days, and one spare cylinder for 28 day test if necessary. The Contractor may take any additional cylinders he feels necessary. 3. The frequency of testing may b< necessary. Additional testing, if be paid by the Owner. Where the official" is used in Section 4.7 of term shall be redefined to representative". 3.22 DEFECTIVE AREAS increased if required, will term "building ACI 318-83, the "the Owner's A. Remove all defective concrete such as honey -combed areas and rock pockets out to sound concrete. Small shallow holes caused by air entrapment at the surface of the forms shall not be considered defects unless the amount is so great as to be considered not the standard of the industry and due primarily to poor workmanship. If chipping is required, the edges shall be perpendicular to the surface. Feather edges shall not be permitted. The. defective area shall be filled with a nonshrink, nonmetallic grout. Use an approved bonding agent, on horizontal patches prior to placing nonmetallic, nonshrink grout. Since some bonding agents may not be compatible for some vertical surface patching techniques, submit all proposed methods for repair of vertical surfaces prior to ordering materials. The Contractor shall consult with representatives of the bonding agent Section 03300 - 14 I MCClerlona conwlring Engineers Incorporated Fayetteville, Arkansas 1 I 1 1 • 1 I. 1 I I 7 C C [I I I I manufacturer and the nonshrink grout manufacturer, and obtain a written recommendation for the patching of defective areas. Submit this information for review prior to performing the work. 3.23 CONCRETE SLAB FINISHES A. The excessive use of "jitterbugs" or other special tools designed for the purpose of forcing the coarse aggregate away from the surface and allowing a layer of mortar to accumulate will not be permitted on any slab finish. The dusting of surfaces with dry materials will not be permitted. Slabs and floors shall be thoroughly compacted by vibration. All edges of slabs and tops of walls shall be rounded off with a steel edging tool, except where a cove finish is indicated on the Drawings. Steel edging tool radius shall be 1/4 inch for all slabs subject to wheeled traffic. 3.24 CURING OF CONCRETE A. Cure concrete by keeping the surface continuously wet for 7 days where normal portland cement is used, or 3 days where high -early strength Type III cement is used. Subject to approval by the Engineer, one of the following methods shall be followed: 1. Concrete forms s sufficiently damp of the joints and 2. A curing compound allowed, shall be of forms. Zall be at all drying as here applied left in place and kept times to prevent opening of the concrete; or :inbefore specified, where immediately after removal 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 Section 03300 - 15 M sule Engineers lland ea a rve gineserras Incwporah0 Foyetteville, Arkansas I H H I I I 11 Li I I I C I u A 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 ACT 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. C. No separate payment will be made for concrete used around valve boxes. END OF SECTION Section 03300 - 16 Li MCQeHand est o rva Consoltina Engineers I ncorporoted FoyettevI)Ie, Arkansas C C SECTION 15001-3 I C C I I POLYETHYLENE -LINED RESTRAINED JOINT DUCTILE IRON PIPE AND FITTINGS PART I GENERAL 1.01 SCOPE A. This Section covers the work necessary to furnish and install, complete, the polyethylene -lined ductile iron pipe and ductile iron fittings specified herein, and as specified further in Section 15005, GRAVITY SEWER PIPE. 1.02 GENERAL A. See Section 15005, GRAVITY SEWER PIPE, for additional requirements. - • PART 2 PRODUCTS 2.01 PIPE I. A. Centrifugally cast, Grade 60-42-10 iron, ANSI A21.51, AWWA C-151. Buried pipe shall be thickness class as specified in ANSI A21.51, Tables 51.1 and 51.2. ' I B. Polyethylene -lined ductile iron pipe and fittings shall be furnished in sizes 10 inches and larger and shall be furnished with 40 mils nominal, 35 mils minimum thickness ' lining of polyethylene powders complying with ASTM D 1248 with carbon black to provide resistance to ultraviolet rays during storage. Prior to preheating, 75 percent or ' more of the high temperature oxide film must be removed from interior pipe surface. Fittings shall be sandblasted. The polyethylene shall be bonded to the ' interior of the pipe and fittings by heat. Pipe and fitting shall be uniformly preheated to a temperature adequate to provide uniform fusing of the polyethylene powders and proper bonding. The lining at the ends hermetically sealed, and every pipe and fitting shall be subjected to and pass a 400 -volt wet sponge, or equivalent spark test. ' C. Pipe shall be designed for thrust restrained joints, as hereinafter specified. I I Section 15001-3 - 1 C McClelland Hi n o rve Conmlting Engineers Incorporated Fayetteville, Arkansas I, 2.02 JOINTS A. For pipe sizes of 411 to 12", utilize slip joint pipe with Field-Loc gaskets, by U.S. Pipe, or approved equal. B. For pipe sizes of 14" to 24", utilize TR Flex restrained joint pipe and fittings as manufactured by U.S. Pipe, or approved equal. 2.03 FITTINGS A. Gray or ductile iron, 150 psi minimum working pressure, polyethylene -lined. Where taps are shown on fittings, tapping bosses shall be provided. 2.04 BOLTS A. Use manufacturer's standard. 2.05 GASKETS A. Gaskets for the 4" to 12" thrust restraining pipe shall be U.S. Pipe Field-Loc gaskets, or approved equal. Thrust restraining gaskets shall be approved by Underwriters Laboratories and Factory Mutual to 200 psi operating pressure. B. Gaskets for 14" to 24" thrust restraint pipe shall be manufacturer's standard slip joint gasket, conforming to ANSI A21.11, AWWA C-111. 2.0& LUBRICANT A. Lubricant for mechanical joint and slip joint end piping shall be manufacturer's standard. 2.07POLYETHYLENE ENCASEMENT A. Polyethylene material for pipe encasement shall meet the. requirements of ANSI/AWWA C -105/A21.5-82, or latest revision thereof. PART 3 EXECUTION- 3.01- HANDLING PIPE A. Care shall be taken not to damage the polyethylene lining when handling the pipe. Section 15001-3 - 2 McClelland Consulting tr o rve Engineers Incoraeroted Fayetteville, Arkansas I C 3.02 CUTTING PIPE I I I I F I I I I I [] n A. Cut pipe and seal liner in accordance with manufacturer's recommendations. Do not flame cut. 3.03 DRESSING CUT ENDS A. Dress cut ends of pipe in accordance with the type of joint to be made. B. Dress cut ends of push -on joint pipe by beveling, as recommended by the pipe manufacturer. C. Dress cut ends of pipe for flexible couplings and flanged coupling adapters as recommended by the coupling or adapter manufacturer. 3.04 MECHANICAL AND PUSH ON JOINT A. Join pipe with mechanical or push -on type joints in accordance with the manufacturer's recommendations. Provide all special tools and devices, such as special jacks, chokers, and similar items required for proper installation. Lubricant for the pipe gaskets shall be furnished by the pipe manufacturer, and no substitutes will be permitted under any circumstances. B. Install pipe and fittings with thrust restraining gaskets in strict accordance with the recommendations of the pipe and gasket manufacturer. 3.05 TESTING A. All water and wastewater lines shall be pneumetically or hydrostatically tested. Test procedures shall be as specified in Section 15005, GRAVITY SEWER PIPE. 3.06 POLYETHYLENE ENCASEMENT A. Procedures set forth in ANSI/AWWA C -105/A21.5-82, or latest revision, shall be followed during' construction. Polyethylene encasement will be installed on all ductile or cast iron pipe and fittings used on this project, with the exception of the pipe that is encased in concrete. 3.07 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, polyethylene encasement, Section 15001-3 - 3 1 i MCCle it and ev o rve Consufflnq Engine Engineers Incorporated Fayetteville, Arkansas H I I I H I I I I I I I H granular pipe base and pipe zone material, backfilling above the pipe zone, finish grading and final clean-up. B. Payment for mechanical joint and restrained slip joint cast or ductile iron fittings, including sleeves used for coupling purposes, 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 for AWWA C-110 fittings. If compact fittings are used, fitting weights shall be taken from the applicable tables in AWWA C-153. 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. END OF SECTION t Section 15001-3 - 4 MCC1arCoa.ulin9 eu n o rva Engineers Enoiporo? IncorO orohC Fayefleville, Arkansas SECTION 15005 GRAVITY SEWER AND FORCE MAIN PIPE PART I GENERAL 1.01 SCOPE A. This Section covers all work necessary for the installation of gravity sewer and force main pipe and fittings of the sizes and classes indicated. PART 2 PRODUCTS I I 2.01 GENERAL A. Sizes and types of gravity sewer and force main pipe to be used in all locations are indicated on the Drawings. 2.02 PIPE, FITTINGS, AND JOINTS A. DUCTILE IRON PIPE: See Section 15001-3, DUCTILE IRON PIPE AND FITTINGS. Ductile iron pipe for gravity sewers will be used where shown on the Drawings. 2.03CONCRETE FOR ENCASEMENT A. Concrete for thrust blocking and encasement shall have a minimum compressive strength of 2,000 psi at 28 days. 2.04 IMPORTED PIPE BASE AND IMPORTED PIPE ZONE MATERIAL A. Imported material for sewer pipe base and pipe zone backfill shall be as indicated in detail on the Drawings and as described in Section 02200, EARTHWORK. 2.05 SELECTED MATERIAL FOR PIPE ZONE A. As specified in Section 02200, EARTHWORK. PART 3 EXECUTION 3.01 PREPARATION OF TRENCH' A. Provide select material under sewer pipe as shown on details on the Drawings. Place base for pipe in the trench to a depth which allows excavation of bell holes, but to a minimum depth of 6 -inches. Grade the top of the Section 15005 - 1 Mac /0 lland ast n o rve Consulting Engineers Incorporated Fayetteville, Arkansas I I I I I I I I I I I I I II I base to the bottom,of the pipe ahead of pipe laying for the full width of the trench. Base shall provide a firm, unyielding support along entire pipe length. B. Excavate bell holes at each joint to permit proper assembly and inspection of entire joint. Bell holes shall be of sufficient depth to preclude direct bearing of bell on bottom of trench. C. Provide and maintain ample means and devices to remove and dispose of water entering the trench during the laying operation to the extent required to properly grade the bottom of the trench and allow for proper compaction of the backfill in the pipe zone. Pipe shall not be laid in water. D. Conform to additional requirements of the individual pipe specifications for pipe base and pipe zone material and compaction requirements thereof. 3.02 PIPE DISTRIBUTION A. Distribute material on the job no faster than it can be used to good advantage. Unload pipe which cannot be physically lifted by workers from the trucks, by a forklift, or other approved means. Do not drop pipe of any size from the bed of the truck to the ground. Do not distribute more than 1 week's supply of material in advance of laying. Conform to manufacturers recommendations on unloading and handling pipe. 3.03 PIPE PREPARATION AND HANDLING A. Inspect all pipe and fittings prior to lowering into trench to ensure no cracked, broken, or otherwise defective materials are being used. Clean ends of pipe thoroughly. Remove foreign matter and dirt from inside of pipe and keep clean during and after laying. B. Use proper implements, tools, and facilities for the safe and proper protection of the work. Lower pipe into the trench in such a manner as to avoid any physical damage to the pipe. Remove all damaged pipe from the jobsite. Do not drop. or dump pipe into trenches under any circumstances. 3.04 LINE AND GRADE A. Do not deviate from line or grade more than 1/2 inch for line and 1/4 -inch for grade, provided that such variation does not result in a level or reverse sloping invert. Section 15005 - 2 Cop, ond en o rn Engineers Eo.incorporated Fayetteville, Arkamoe L Ii I I I L L I I I I Li I I L B. Measure for grade at the pipe invert, not at the top of the pipe, because of permissible variation in pipe wall thickness. C. Establish line and grade for pipe by the use of lasers or by transferring the cut from the offset stakes to batter boards set in the trench at maximum intervals of 25 feet. Maintain a minimum of three sets of batter boards with string line ahead of the pipe laying at all times. If batter boards in the trench prove impractical because of trench conditions, submit other methods of grade and alignment control to the Engineer for approval. D. Where the Drawings show a tie for existing facilities, verify elevations of tie points sufficiently in advance of laying operations to allow adjustments as required. Any adjustments shall be approved by the Engineer in advance. E. Where the Drawings show existing. utilities, (water, sewer, gas, etc.) verify the location and grade sufficiently in advance of laying operations to allow adjustments as required. Any adjustments shall be approved by the Engineer in advance. 3.05 LAYING AND JOINTING GRAVITY SEWER PIPE AND FORCE MAINS A. Ductile iron pipe varies slightly with different manufacturers. Install the particular pipe furnished in accordance with the particular manufacturer's recommendations, as approved by the Engineer. B. Lay and joint ductile iron pipe with rubber gasket type joints, in accordance with the manufacturer's recommendations, as approved by the Engineer. Provide all special tools and devices, such as special jacks, chokers, and similar items required for the installation. 3.06 BACKFILL AT THE PIPE ZONE A. The pipe zone shall be considered to include the full width of the excavated trench from the bottom of the pipe to a point 6 -inches above the top outside surface of the barrel of the pipe, as shown in the details on the Drawings. B. Particular attention must be given to the area of the pipe zone from the flow line to the centerline of the pipe to ensure that firm support is obtained to prevent any lateral movement of the pipe during the final backfilling of the pipe zone. Section 15005 - 3 n ' Consulting Engineers In caroora?rarlC Foyerrevllle, Arkansas C I I I I I I C I I El I C. Backfill the area of the pipe zone from the bottom to the horizontal centerline of the pipe by hand -placing the material around the pipe in 6 -inch layers. Continuous support shall be effected beneath pipe haunches by "walking in" and slicing with a shovel. Backfill the area of the pipe zone from the horizontal centerline to the top of the pipe zone as indicated in detail on the Drawings. D. Provide granular pipe zone material for all gravity sewer pipe. 3.07 AIR TESTS FOR GRAVITY SEWERS A. All gravity sewers and appurtenances shall successfully pass an air test prior to acceptance and shall be free of visible leakage. B. Furnish all necessary testing equipment and perform the tests in a manner satisfactory to the Engineer. Any arrangement of testing equipment which will provide observable and accurate measurements of air leakage under the specified conditions will be permitted. Gauges for air testing shall be calibrated with a standardized test gauge provided by the Engineer at the start of each testing day. The calibration shall be witnessed by the Engineer. C. Line is to be complete with all structures and fittings. in place and backfilled. Testing•of sections of the constructed gravity sewer for acceptance will not be' performed until the Engineer approves readiness for testing. This test should be performed reach -by -reach as construction proceeds and must be completed within 30 days after installation of each reach. D. Repair or replace, in a manner approved by the Engineer, any section. of pipe not meeting the air test requirements, at no cost to the Owner. E. Infiltration of groundwater in an amount greater than herein specified, following a successful air test as specified, shall be considered as evidence that the original test was in error or that subsequent failure of the pipeline has occurred. The Contractor shall correct such failures in a manner approved by the Engineer and at no cost to the Owner should they occur within the warranty period. Section 15005 - 4 M<GeOnne efl o rw eonlnt see Ecornor Incorporated Fayetteville, Arkon•as LI I H F El I I I I I I I I I F. The Contractor, in contracting to do this work, agrees that the leakage allowances as indicated herein are fair and practical. 3.08 AIR TESTING PROCEDURE A. After all plugs are in place and securely blocked, introduce air slowly into the pipe section to be tested until the internal air pressure reaches 4.0 pounds per square inch greater than the average back pressure of any groundwater that may submerge the pipe. Allow a minimum of 2 minutes for the air temperature to stabilize. Determine the height of the groundwater table, at the time of the test. B. The pipe and joints shall also be considered as satisfactory when the time required in seconds for the pressure to decrease from 3.5 to 2.5 pounds per square inch greater than the average back pressure of any groundwater that may submerge the pipe is not less than that computed in accordance with the following formulas: For test sections with total internal pipe surface area equal to or greater than 625 square feet: 2 2 2 T0.01187 (D L+ D L ... DL): 1 1 22 n n For test sections with total internal pipe surface area equal to or less than 625 square feet: T = 28.33 22 2 (D L+ D L ... DL) 11 2 2 nn (D L + D L ... D L ), 11 22 n n In the above formulas: T = Time in seconds. D ,D....D = Pipe diameters in test section, inches 12 n L ,L....L = Lengths of pipe in test section, feet 12 n Section 15005 - 5 MCC)eflond nsuli ;o ev o rve Enginors Ecaorp Inaraarated Faye? villa, Arkansas L C. Use extreme caution in air testing large diameter pipe. Do not enter manholes while inflating or deflating plugs or while the pipe line is subject to any pressure. Install, block, inflate and deflate pipe plugs in strict conformance with manufacturer's safety recommendations. 3.09 A. 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 FORCE MAINS Some leakage is permissible from buried force mains. The hydrostatic 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 blockingis 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 pump. Valve off the piping system when the test pressure is reached and conduct the pressure test for 2 hours, reopening the isolation valve only as necessary to restore the test pressure. The pump suction shall be in a barrel or similar device, or metered so that the amount of water required to maintain the test pressure may be measured accurately. This measurement represents the leakage, which is defined as the quantity of water necessary to maintain the specificed test pressure for Section 15005 - 6 MCCI. Hand es/ o rro Ca /al Ti n9 Enpin.ers Incorporated Fotwtteville, Arkonsos I I I I I Li I H I I Li [I I I I I I the duration of the test period. No pipe installation will be accepted if the leakage is greater than the number of gallons per hours as determined by the following formula: ND(P) M L= 7400 In the above formula: L = Allowable leakage, in gallons per hour N = Number of joints in the length of pipe tested D = Nominal diameter of pipe, in inches P = Average test pressure during the leakage test, in pounds per square inch 3. The Contractor shall correct any leakage greater than the allowance determined under this formula at the Contractor's sole expense. 4. The force main test pressure shall be 100 psi. 3.11 FINAL SEWER CLEANING A. Prior to final acceptance and final manhole -to -manhole inspection of the sewer system by the Engineer, flush and clean all parts of the system. Remove all accumulated construction debris, rocks, gravel, sand, silt, and other foreign material from the sewer system at or near the closest downstream manhole. If necessary, use mechanical rodding or bucketing equipment. B. Upon the Engineer's final manhole -to -manhole inspection of the sewer system, if any foreign matter is still present in the system, ref lush and clean the sections and portions of the lines as required. 3.12 PAYMENT FOR PIPE A. Payment for the work in this section will be made at the unit price bid amounts stated in the Proposal. Bid prices for pipe shall include trenching,. granular pipe base, granular pipe zone material, backfilling above the pipe zone, finish grading, and final cleanup. END OF SECTION Section 15005 - 7 ' MnGena ne n o m Eginers ng Engine ors Incorporated Fayetteville, Arkansas I I SECTION 15013 I MISCELLANEOUS PIPING SPECIALTIES 1 I PART I GENERAL n I I I I I I 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. II PART 2 PRODUCTS I 1 I I 2.01 GENERAL A. All items shall be complete with all necessary end connections, fittings,. and couplings required for the proper completion. of the work included under this Section. Section 15013 - 1 [_J McClelland I o rn consuHing Engineers Incorporated Fayetteville, Arkansas I 1 1 I 1 • I. • 1 2.02 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 116 in SECTION 15080, with the exception that one side shall be provided with a flange for connection to the tapping sleeve. PART 3 EXECUTION 3.01 GENERAL A. All miscellaneous piping specialties shall be installed in accordance with and in conformance to the applicable requirements of Section 15005, GRAVITY SEWER AND FORCE MAIN PIPE. 3.02 TAPPING TEES AND VALVES A. Install tapping tees and valves in accordance with manufacturer's recommendations. Test sleeve under pressure prior to tapping the main. 3.03 TESTING A: Prior to plant startup, all MISCELLANEOUS PIPING SPECIALTIES shall be inspected for proper connection and satisfactory performance. Each item shall be tested at the same time that the adjacent pipeline is tested. Joints shall show no visible leakage under test. Repair joints that show signs of leakage prior to final acceptance. The Contractor will be held responsible for any damage caused by the testing. 3.04 PAYMENT A. Payment for the work in this Section will be included as part of the applicable unit price bid amounts stated in the Proposal. B'.. Payment for tapping tees and valves shall be made for the complete assembly, including valve box and thrust blocking. END OF SECTION Section 15013 - 2 Mat/ellane es� o ne Consulting Engineers Incorporated Fayefevills, Arkansas I C SECTION 15080 G I I I 1 I I I C I I Li MANUALLY OPERATED VALVES PART 1 GENERAL REQUIREMENTS 1.01 SCOPE A. This Section covers the work necessary for furnishing and installing the various manually operated valves in the piping systems, complete. 1.02 GENERAL A. Like items of equipment specified herein shall be the end products of one manufacturer in order to achieve standardization for operation, maintenance, spare parts, and manufacturer's services. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 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 General Conditions. Section 15080 - 1 ' McClelland eu n o rm Con sallina Engineers Incorporated FayeMevi)a, Arkansas I I I I I 1 I I C E I H I _] I 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, B 62, B 98 (Alloy A, B, or D), B 139 (Alloy A) , B143 (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 galvanized 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 SEWER 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. Section 15080 - 2 INacmrlone ev o rro EnosW ring Engineers Incas oraree Fayerreville, Arkansas I I I El I El I I I Li I I 11 I 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, and nonrising stem. Valves shall be rated for 250 psi, and shall be by Crane, Stockham, or equal. B. Type 116: Gate valves 2 inches and larger for buried water and water service shall be iron body, resilient seat, epoxy lined with mechanical joint ends, nonrising stem, O-ring seal and 2 inch square wrench nut conforming to AWWA C-500. Valves shall be rated for 150 psi minimum working pressure, 300 psi test pressure, and shall be Mueller A-2370-20 or equal. 2.07 LINE -STOP VALVES A. Line -stop valves shall be 18 -inch sized for ductile iron pipe. Valves shall be as provided and installed by Hydra -Stop, Inc., or equal. The completed system shall be of corrosion resistant materials, suitable for direct bury. PART 3 EXECUTION 3.01 GENERAL A. Bolt holes of flanged valves shall straddle the vertical centerline of the pipe run. Prior to installing flanged valves, the flange faces shall be thoroughly cleaned. After cleaning, insert gasket and bolts, and tighten the nuts progressively and uniformly. If flanges leak under pressure, loosen or remove the nuts and bolts, reseat or replace the gasket, retighten and/or reinstall the nuts and bolts, and retest the joints. Joints shall be watertight at test pressures before acceptance. B. Thoroughly clean threads brushing, swabbing, or of approved joint compound' joints. Joints shall be before acceptance. of screwed joints by wire her approved methods. Apply to threads prior to making watertight at test pressures 3.02 PLACING A. All buried valves shall be installed with valve boxes in accordance with the details shown on the Drawings. Section 15080 - 3 I MCCIe Hand o rve ConeuJ Nng Engineers Incorporated Fo)ettevioq Arkonsas 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 I 1 1 Y I 1 C I. [1 I 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. 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 Section 15080 - 4 ' C nQelland esi n o rro ng(n&Gon no ncoinerol In cu'aoraled Fayer/eville, Arkonsas I SECTION 15082 H H I I I 11 I I I I I I I SELF-CONTAINED AUTOMATIC PROCESS VALVES PART 1 GENERAL 1.01 SCOPE A. This Section covers the work necessary to furnish and install the various self-contained automatic process valves, 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 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. 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. PART 2 PRODUCTS 2.01. GENERAL A. The use of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired only. Products of other manufacturers will be considered in accordance with the GENERAL CONDITIONS. B. All valves shall be complete, with all necessary operating appurtenances included in the work under this section. C. All units shall have name of their manufacturer and the size of the valve cast on the body or bonnet or shown on a permanently attached plate in raised letters. Section 15082 - 1 Mccielland consufflng an o rve Ewlnaer5 Ecorperas Incorporated Foye9evllls, Arkansas I HI H I I I I I I H H F I I [I C C 2.02 AIR RELEASE VALVES A. Val-Matic Model No. 48BWA Sewage air release valve with 2 -inch inlet and 5/16 inch orifice, or equal. B. Air release valve vault to consist of a 48 -inch deep by 30 -inch diameter meter box, with 18 -inch meter box ring and lid of cast iron material. Provide 2 -inch brass inlet valve, plug or gate configuration, with threaded connections. PART 3 EXECUTION 3.01 GENERAL A. Before installation carefully clean valves of all foreign material, and inspect valves in open and closed positions. Install valves in accordance with the applicable portions of these specifications. Installation practices shall conform to manufacturers' recommendations. B. Prior to installing flanged valves, the flanged faces shall be thoroughly cleaned. All flange bolts shall be lubricated with a light coating of the piping manufacturer's recommended thread lubricant. After cleaning the flanged faces, install the flange gasket and bolts. Tighten the nuts progressively and uniformly using a torque -limiting wrench to the. torque values specified by the piping manufacturer. If flanges leak under pressure, loosen the nuts, reseat or replacethe gasket, retighten the nuts, and retest the joints. Joints must be watertight or airtight at test pressures before acceptance. After 24 hours has elapsed, retighten the bolts to their specified values with torque limiting: wrenches. 3.02• VALVE STATIONS A. Install vaults for air release valves as required by the Drawings. Include drain gravel, mounting blocks,, valve,: vault, ring and lid cover, pipe fittings and couplings in the installation. Set vaults and fittings plumb and level, with vault cover flush with existing grade. 3.03 AIR RELEASE VALVE LOCATIONS A. Field locate air release valve stations to insure venting from the high point of the pipeline. Provide extra depth Section 15082 - 2 Mactoil and Con ng esi n o rve Engineers In carp arared Fayeveville, Arkansas 7 7 I I I I I I Li I I I I Li I I of cover for pipeline, if necessary to maintain a continuous positive grade from the pipeline top, to the air release valve. Do not set valve lower than the pipeline. 3.04 TESTING A. Valves shall be tested at the same time that the adjacent pipeline is tested. Joints shall show no visible leakage under test. Repair joints that show signs of leakage prior to final acceptance. If there are any special parts of control systems or operators that might be damaged by the pipeline test, they shall be properly protected. The Contractor will be held responsible for any damage caused by the testing. 3.05 PAYMENT A. Payment for the work in this Section will be included as part of the applicable lump sum or unit price bid amounts stated in the. Proposal. B. Air release valves installed in vaults shall be included in payment for these complete stations, as bid in the Proposal. Payment shall include any required brass pipe, couplings to force main, saddles, shut-off valves, valve vault and vault lid, and other miscellaneous appurtenances necessary for a complete installation. END OF SECTION Section 15082-3 flQ ' MCC/.gland COfl$Uesi n o rro ngin lrs Icorperat Incxporplee Fayellevllle, Arkansas