HomeMy WebLinkAbout105-92 RESOLUTION•
him
RESOLUTION NO. 105-92
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE A CONTRACT TO FAYETTE TREE
AND TRENCH IN THE AMOUNT OF $247,365.20
(INCLUDES CONTINGENCY) IN CONNECTION WITH
MINISYSTEM 2 SEWER REHABILITATION.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF TEE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby
authorized and directed to execute a contract to Fayette Tree and
Trench in the amount of $247,365.20 (includes contingency) in
connection with Minisystem 2 Sewer Rehabilitation. A copy of the
contract authorized for execution hereby is attached hereto marked
Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 21st day of July , 1992.
APPROVED:
By:-%'„dirtelf" I'
ATTEST:
By
Mayor
1
4 •
McGoodwin.'Williams and Yates, Inc.
Consulting Engineers
909 Rolling Hills Drive
Fayetteville. Arkansas 72703
Telephone 501'443-3404 FAX 501/443.4340
August 5, 1992
Re: Bid Documents
Sanitary Sewer System Rehabilitation
and Reconstruction
Minisystem 2
Contract Section I
Fayetteville, Arkansas
Project No. Fy-210
Ms. Sherry Thomas, City Clerk
City of Fayetteville
113 West Mountain
Fayetteville, Arkansas 72701
Dear Ms. Thomas:
Enclosed for the city's permanent files is the original
bound bid of Fayette Tree & Trench, Inc. submitted June 17, 1992,
for the above referenced project.
JLR:sc
Enclosure
Very truly yours,
Jeffrey L. Richards, P. E.
1
1
1
SRECIFWATiNN3 AND CONTRACT ROCUMRNTS
SANITARY SEWER SYSTEM
It REHABILITATIO A D
.RECONSTRUCTION
MINISYSTEM .COOfract Settles I
• For the City -of •
FAYE``EVILLE, ARKANSAS
PLANS No. Fy- 10
Jamey 1992
and T
Fayettevae,
• amMCssdirle, ..w
I
•
MED
•
•
0
O
4) r1
t�
0 0
a)
1 Si* V] Z
0) N
PG m4.) 11.
N C o
a 0 `
aa) cig2,o
N
Z
ela CO a 0 cu
aavnill CO'0UO
CO H
O pja 0 N acv j
°0Jo z a) o Ert,
OWN w')yy
•
d I- 0 >1 cd co 0
zu4-)>22
11. RICRC cd
H cd idr1H
14O GXa.
June 17, 1992
License No. 91-3066
American States Insurance Company
INDIANAPOLIS, INDIANA
Bid Bond
Know all Men by these Presents
That
we FAYETTE TREE & TRENCH, INC.
P. 0. BOX 471
of FAYETTEVILLE, ARKANSAS 72702 (hereinafter
called the Principal),
as Principal, and AMERICAN STATES INSURANCE COMPANY (hereinafter called the Surety), as Surety, are
held and firmly bound
unto CITY
OF FAYETTEVILLE,
FAYETTEVILLE,
ARKANSAS 72701
(hereinafter called the Obligee) in the penal sum of
5% OF AMOUNT OF BID
Dollars
($ 5%
OF BID Ansfor
the payment of which the Principal
and the Surety bind themselves, their heirs,
executors,
administrators successors
and assigns, jointly and severally,
firmly by these presents.
WHEREAS, the Principal has submitted a bid
for SANITARY SEWER SYSTEM, REHABILITATION
& RECONSTRUCTION,
MINI
-SYSTEM #2, CONTRACT SECTION 1,PLAN FY210
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into
a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may
be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance
of such Contract, or in the event of the failure of the Principal to enter such Contract and give such bond or
bonds if
the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the
amount specified in said bid and such larger amount for which the Obligee may in good faith contract with
another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise
to remain in full force and effect.
Signed and
Sealed this
17TH
day of
JUNE
1992
FAYETTE TREE &
TRENCH, INC.
6-ep—s)
I
By:
u
'/�A/(��
,Jp��--
PrincipalarripAL,s}
G�ti� —6
��r
T�
Witness
[�
Title
STATES
SURANCE COMPANY
AORICAN
y
Wi ness
,
Attorney-in-Fact
9-1027
(10-89)
LL_
❑1--
¢ ILI EC
It
— • w
0 yes
w
Q F
ZZ
¢H
ww
o -w
ace
Q Q
O.
1-
O 1—
zZ
to
w w
O • 1
Z0
w Z
W • j
-0Z
✓ c W
• ~ F
• LL
W Z
Za
O
Q Q
LL
0_
Q Z
a
a�
❑ J
J Q
ccZ
>0
Q
O 0
Z❑
N Q
CD LU
1—
F ~
GENERAL POWER OF ATTORNEY
American States Insurance Company
INDIANAPOLIS, INDIANA
KNOW ALL MEN BY THESE PRESENTS. that American States Insurance Company. a Corporation duly organized and existing under the laws of the State
ot
Wiens, and having as principal office in the City of Indianapolis. Indiana. hath made, constituted and appointed, and does by these presents make,
constitute and appoint
ROBERT M. RENNER OR KEVIN RENNER
CT)Fayetteville and State of Arkansas
its • true and lawful Attorney(s)-in-Fact, with hill power and authority hereby converted in its name. place and stead, to execute, acknowledge andN
delh r any and as bonds. reeogntzances, contracts el indemnity and other conditional or obligatory undertakings, provided. however. 1
that the penal sum of any one such instrument executed hereunder shall not exceeds,
00,000.00) DOLLARS —4
President, sealed wait the cannon seal of the Corporation
may do in the premises This Power of Attorney is executed
American States Insurance Company, which reale as follows:
resident, Senior Vice -President, Second Vice -President
otter officer o; the Corporation. W appoint AtWncysin-lad
to execute, on behalf of the Corporate, any bonds,
TWO MILLION FIVE HUNDRED THOUSAND AND. NO/100
and to bind the Corporation thereby a fully and to the some extent as if such bands were
and duly attested by M Secretary, hereby ratifying and confining as that the said A
and may be revoked pursuant to and by authority granted by Section 7.07 of the -
"The Chairman, the Prssidsnt.or any Vice -President (including any Ex
or Assistant vice-Preeioanfi shalt have power, by and with the concurre
a the business of the Corporation may require and to authorize
recognizance.. stipulation and undertakings, whether by way of
IN WITNESS WHEREOF, American States Insurance Company
Assistant Vice-PresWsnt and its corporate seal to be hereto affixed
A.D. 19 91
ATTEST:
used these presents to be signed by its Vice -President, attested byits
d day of August
AN STATES INSURANCE COMPANY
Assistant Vice -President
STATE OF INDIANA
COUNTY OF MARION SS
23rd day of
Joseph P. Heim
being by me duly swom, acknowledge theacutiorkof they
States Insurance Company; that hethe seal of'e"'
It was so affixed by authority of th BMrd`TSI DlreFllks
Joseph F. Heim' fora s
Gol'pgstio� mefr'
On this
Assistant VkaProsiOem of saf��rc
KATHLEEN FOR
JOHNSON COU
MY COMMIS
STATE OF IN
COUNTY OF MAR
the Assistant Vice -President of AMERICAN STATES INSURANCE COMPANY, do hereby certify that
the above and foregoing is a true and correct copy of a Power of Attorney, executed by said AMERICAN STATES INSURANCE COMPANY, which
is stilt In force and effect.
This Certificate may be signed and sealed by facsimile under and by the authority of Section 8.03 of the By -Laws of AMERICAN STATES
INSURANCE COMPANY which reads as follows:
"Ali policies and otter instruments of insurance issued by the Corporation shall be signed on behalf 01 the Corporation by the Chairman,
the president or any vice-president (Including any Executive Vice -President, Senior Vice -President, Yoe -President, Second Vice -President,
or Assistant Vice -President) end the secretary, assistant secretary, or other officer, whose signatures, if the Instrument is duly countersigned
by an authorized representative of the Corporation, may be tacslmltres. Such signatures and facsimiles thereof shall be authorized and
binding upon the Corporation notwithstanding the fact that any such officer shall have ceased to be such officer at the time such policy
or other instrument of insurance shall have been actually issued by the Corporation."
In witness whereof, 1 have hereunto set my hand and affixed the seal of said Corporation, this (1 t4 day of cel 114./ Q.
A.D., 19_12.-
A D 19 91 before me personally came
to me known, who
instrument and did depose and say; that he is a Vice -President of American
rwration; that the seal affixed to the said instrument is such corporate seal; that
.d Corporation; and that he signed his name thereto under like authority. And said
is acquainted with John J. Rosich and knows him to be Me
executed the above instrument.
Notary Public
THIS POWER OF ATTORNEY MUST CONTAIN A VALIDATING STATEMENT PRINTED IN THE MARGIN HEREOF IN
RED INK, WITH A RED DIAGONAL IMPRINT — AMERICAN STATES INSURANCE — PRESENT IN ITS ENTIRETY. IF
9-1459 YOU HAVE ANY QUESTIONS REGARDING THE VALIDITY OF THIS POWER OF ATTORNEY, CALL 3'i1-2624262 OR
(1.91) WRITE US AT P.O. BOX 1638, INDIANAPOLIS, IN 46206-1636.
SPECIFICATIONS AND CONTRACT DOCUMENTS
SANITARY SEWER SYSTEM
REHABILITATION AND
RECONSTRUCTION
MINISYSTEM 2
Contract Section I
For the City of
FAYETTEVILLE, ARKANSAS
PLANS N0. Fy-210
January 1992
McGoodwin, Williams and Yates, Inc.
Consulting Engineers
Fayetteville, Arkansas
0 1992 McGoodwin, Williams and Yates
TABLE OF CONTENTS
Advertisement for Bids 1
Instructions to Bidders 2
State Wage Determination 4
Bid 5
Contract 6
Performance Bond and Payment Bond 7
Standard General Conditions of the Construction Contract 8
Supplementary Conditions 8
TECHNICAL SPECIFICATIONS
Division 1
General Requirements
Project Requirements 100
Testing 120
Temporary Facilities 130
Schedules 140
Storage and Handling of Materials 160
Division 3
Roads, Drives, Parking Areas, Sidewalks, and Curb & Gutter
Crushed Stone Base 300
Pipe Bedding Material for Gravity Sewers 310
i
1
' Division 4
Pipe and Pipe Laying
Clearing, Cutting and Rebuilding/Repairing Fences 400
Surface Removal 401
Polyvinyl Chbride (PVC) Pipe and Fittings for Sewer Lines 419
Ductile Iron Sewer Pipe and Ductile Iron Sewer Pipe Fittings 420
Polyethylene Encasement for Ductile Iron Pipe, Fittings
and Appurtenances 422
Mandrel Testing of Polyvinyl Chloride Pipe Sewer Lines 429
Cleaning and Televising Sanitary Sewer Lines 442
Main Line Air Test and Grouting 443
Point Repairs 444
Replacement of Line Segments 445
Bypass Pumping 447
Manhole Rehabilitation 448
Municipal Main Line Tap and Service Line Repairs 449
Placing Pipe Protection Cover and Compacted Backfill 461
Cast -In -Place Manholes 482
Cleanup and Seeding 489
City Street Repair 491
Driving Surface, Sidewalk and Curb and Gutter Repair 495
1
1
1
1
1
1
1
1 Division 5
Section
Concrete and Reinforcing Steel
Concrete 503
1
Division 12
1 Payment
Methods of Measurement and Payment 1200
1
Appendix A
1
1
1
it
1
ADVERTISEMENT FOR BIDS
Notice is hereby given that, pursuant to an order of the Board of Directors of the City of
Fayetteville, Arkansas, sealed bids will be received at the Purchasing Office, City Hall,
113 West Mountain, Fayetteville, Arkansas, until 2:00 p.m. on June 10, 1992, for
furnishing all tools, materials and labor and performing the necessary work for Sanitary
Sewer System Rehabilitation and Reconstruction, Minisystem 2, Contract Section 1 At
this time the bids received will be publicly opened and read aloud in City Hall, Room 111.
The work generally consists of:
Replacement of approximately 3,100 linear feet of sanitary sewer line;
construction of approximately 6 point repairs; construction of approximately
8 municipal main line tap and service line repairs; construction and/or
rehabilitation of approximately 22 manholes; cleaning, de -rooting, testing
and grouting of approximately 2,900 linear feet of main line; including
clearing, excavations, cleanup, seeding and mulching, testing, and all work
required for a complete rehabilitation or reconstruction of the existing
sanitary sewer system.
Plans and specifications are on file and may be examined at the office of the City
Engineer, and in the office of McGoodwin, Williams and Yates, Inc., Consulting
Engineers, 909 Rolling Hills Drive, Fayetteville, Arkansas 72703. Copies of these
documents may be obtained from the office of said engineers upon requests which are
received through June 5, 1992, and upon the payment of $50.00 for plans and $50.00
for specifications, a total of $100.00, which is not refundable.
The contractors shall make such inspection and studies of the site of the work as to
familiarize themselves with all conditions to be encountered.
Each bid must be accompanied by an acceptable statement of bidder's qualifications.
The requirements of the bidder's statement of qualifications will be furnished to
prospective bidders with plans and specifications.
Each bid must be accompanied by an acceptable form of bid guaranty in the amount
equal to at least five percent of the whole bid, and such bid bond or cashier's check shall
be subject to the conditions provided in the Instructions to Bidders.
Bids must be made upon the official bid sheets contained in the specifications, and such
bid sheets shall ngt be removed from the remainder of the Specifications and Contract
Documents. All bids shall be sealed and the envelopes addressed to the Purchasing
Officer, City of Fayetteville, 113 West Mountain Street, Room 307, Fayetteville, Arkansas
72701. All bids shall be plainly marked on the outside of the envelope specifying that it
is a bid for Sanitary Sewer System Rehabilitation and Reconstruction, Minisystem 2,
Contract Section I, the time for opening of bids, and the name and current contractor's
license number of the bidder.
All bidders must be licensed under the terms of Act 150, Arkansas Acts of 1965, as
amended.
1-1
The Board of Directors reserves the right to reject any and all bids and to waive any
informalities in the proposal deemed to be in the best interests of the Board. The Board
further reserves the right to withhold the awarding of the contract for a period not to
exceed 60 days after the receipt of bids.
Dated this
22nd day of May 1992.
/s/ Peggy Bates
Peggy Bates, Purchasing Officer
1-2
Instructions
to Bidders
INSTRUCTIONS TO BIDDERS
1. DEFINED TERMS. Terms used in these Instructions to Bidders which are defined
in the Standard General Conditions of the Construction Contract (No. 1910 8, 1983 ed.)
have the meanings assigned to them in the General Conditions The term "Bidder
means one who submits a Bid directly to Owner, as distinct from a sub -bidder, who
submits a bid to a Bidder. The term "Successful Bidder means the lowest, qualified,
responsible and responsive Bidder to whom Owner (on the basis of Owner's evaluation
as hereinafter provided) makes an award. The term "Bidding Documents' includes the
Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the
proposed Specifications and Contract Documents (including all Addenda issued prior to
receipt of Bids).
2. COPIES OF BIDDING DOCUMENTS
2.1 Complete sets of the Bidding Documents in the number and for the amount, if any,
stated in the Advertisement or Invitation to Bid may be obtained from the Engineer upon
request.
2.2 Complete sets of Bidding Documents must be used in preparing Bids; neither
Owner nor Engineer assume any responsibility for errors or misinterpretations resulting
from the use of incomplete sets of Bidding Documents.
2.3 Owner and Engineer in making copies of Bidding Documents available on the
above terms do so only for the purpose of obtaining Bids on the Work and do not confer
a license or grant for any other use.
3. QUALIFICATIONS OF BIDDERS. To demonstrate qualifications to perform the
Work, each Bidder must submit the following statement of Bidder's qualifications:
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and comprehensive.
This statement must be notarized. If necessary, questions may be answered on
separate attached sheets. The Bidder may submit any+�aad�ditional information he desires.
1) Name of Bidder. ra vv 4':'� A* 2) Permanent main office address. POI go* 9 -?1 tirtsc-toi a , 7d'. j-
3) When organized. aii ' 1 7 7 I' I 9
4) If a corporation, where incorporated.
5) How many years have you been engaged in the contracting business under your
present firm or trade name? a 1
2-1
Instructions
to Bidders
6) Contracts on hand. (Schedule these, showing Amount of each contract and the
appropriate anticipated dates of completion.) ,,,.r.4)44 -at . , ,
7) Genjeral chars er pf work performed by your company.
8) Have yod ever ailed to complete any work awarded to you? ,Nc
9) Have you ever defaulted on a contract? If so, where and why? /V
10) List the more important projects recently completed by your company, stating the
iporoximate cost fob each an�mont pand year complet9d. A l"
wYd ^� c^a'�' hiv14 • 1 u �l15- a e D ?1..4 :.,.-" 1 I'd- �i
11) fiList,your major equipment available for this contract. ,c,:s.-s^ } e I, et
�^-`ti'-" % N-- 3 n5,24;24:—
12) - Experience in construction similar in size to this project, along with project owners
anndlenj'neers. j A 7r
13) `Bkckground and experience of the principal merles of your organization,
including, the officers. 741..
14)
Credit available: C) u� r y� J Sc . 0 t d , etc ert_mi-1
M°' y I o
15) Give bank reference:
16) Will you, upon request, fill out a detailed financial statement and furnish any other
information that may be required by the Owner? y
1/
Dated at
of
•
``h
.,
1 -Al\ -1
Name of Organization:t/- ' / ,1,LC,-
State
S-
State of
axk...,,wo
this / day
,194
I & F-0-'4\ - It:
By .
Title
Y
County of
being duly sworn deposes and says
that he (9184 is the PAL -4-1-.-01- - of
A
-'tw , - t Q. " �� u �.,E °1^ <- . Contractor(s), and that
answe{ to the foregoing questions and all statements therein contained are true and
correct
2-2
1
1
Instructions
to Bidders
Subscribed and sworn before me this /74 day of Qom_
1 19 9 2.
1 `µR44
t C ••.14.
rnission yes !TD .Q
OPUsoG Ice
' Each wecontain evidence of Bidder's qualifications to do business In the state
where the project is located or covenant to obtain such qualification prior to award of the
contract.
4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE
Notary Public
1
1
1
4.1 It Is the responsibility of each Bidder before submitting a Bid, to a) examine the
Contract Documents thoroughly, b) visit the site to become familiar with local conditions
that may affect cost, progress, performance or furnishing of the Work, c) consider federal,
state and local Laws and Regulations that may affect cost, progress, performance or
furnishing of the Work, d) study and carefully correlate Bidder's observations with the
Contract Documents, and e) notify Engineer of all conflicts, errors or discrepancies in the
Contract Documents.
I4.2 Reference is made to the Supplementary Conditions for identification of:
4.2.1 those reports of explorations and tests of subsurface conditions at the site which
I have been utilized by Engineer in preparation of the Contract Documents Bidder may
rely upon the accuracy of the technical data contained in such reports but not upon non-
technical data, interpretations or opinions contained therein or for the completeness
Ithereof for the purposes of bidding or construction.
4 2.2 those drawings of physical conditions in or relating to existing surface and
subsurface conditions (except Underground Facilities) which are at or contiguous to the
Isite which have been utilized by Engineer in preparation of the Contract Documents.
Bidder may rely upon the accuracy of the technical data contained in such drawings but
not upon the completeness thereof for the purposes of bidding or construction.
Copies of such reports and drawings will be made available by Owner to any Bidder on
' request. Those reports and drawings are not part of the Contract Documents, but the
technical data contained therein upon which Bidder is entitled to rely as provided in
paragraphs 4.21 and 4.2.2 are incorporated therein by reference Such technical data
' has been identified and established in the Supplementary Conditions.
4.3 Information and data reflected in the Contract Documents with respect to
Underground Facilities at or contiguous to the site is based upon information and data
1 furnished to Owner and Engineer by owners of such Underground Facilities or others,
1
2-3
Instructions
to Bidders
and Owner does not assume responsibility far the accuracy or completeness thereof
unless it is expressly provided otherwise in the Supplementary Conditions.
4.4 Provisions concerning responsibilities for the adequacy of data furnished to
prospective Bidders on subsurface conditions, Underground Facilities and other physical
conditions, and possible changes in the Contract Documents due to differing conditions
appear in paragraphs 4.2 and 4.3 of the General Conditions.
4.5 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain
any additional examinations, investigations, explorations, tests and studies and obtain
any additional information and data which pertain to the physical conditions (surface,
subsurface and Underground Facilities) at or contiguous to the site or otherwise which
may affect cost, progress, performance or furnishing of the Work and which Bidder
deems necessary to determine its Bid for performing and furnishing the Work in
accordance with the time, price and other terms and conditions of the Contract
Documents.
4.6 On request in advance, Owner will provide each Bidder access to the site to
conduct such explorations and tests as each Bidder deems necessary for submission of
a Bid. Bidder shall fill all holes, clean up and restore the site to its former condition upon
completion of such explorations.
4.7 The lands upon which the Work is to be performed, rights-of-way and easements
for access thereto and other lands designated for use by Contractor in performing the
Work are identified in the Contract Documents. All additional lands and access thereto
required for temporary construction facilities or storage of materials and equipment are
to be provided by Contractor. Easements for permanent structures or permanent
changes in existing structures are to be obtained and paid for by Owner unless otherwise
provided in the Contract Documents.
4.8 The submission of a Bid will constitute an incontrovertible representation by Bidder
that Bidder has complied with every requirement of this Article 4, that without exception
the Bid is premised upon performing and furnishing the Work required by the Contract
Documents and such means, methods, techniques, sequences or procedures of
construction as may be indicated in or required by the Contract Documents, and that the
Contract Documents are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance and furnishing of the Work.
5. INTERPRETATIONS AND ADDENDA
5 1 All questions about the meaning or intent of the Contract Documents are to be
directed to Engineer. Interpretations or clarifications considered necessary by Engineer
in response to such questions will be issued by Addenda mailed or delivered to all parties
recorded by Engineer as having received the Bidding Documents. Questions received
Tess than ten days prior to the date for opening of Bids may not be answered Only
questions answered by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect.
2-4
Instructions
to Bidders
5.2 Addenda may also be issued to modify the Bidding Documents as deemed
advisable by Owner or Engineer.
6. BID SECURITY
6.1 Each Bid must be accompanied by Bid security made payable to Owner in an
amount of five percent of the Bidder's maximum Bid price and in the form of a certified
or bank check or a Bid Bond (on form attached, if a form is prescribed) issued by a
surety meeting the requirements of paragraph 5.1 of the General Conditions.
6.2 The Bid security of the Successful Bidder will be retained until such Bidder has
executed the Agreement and furnished the required contract security, whereupon the Bid
security will be returned. If the Successful Bidder fails to execute and deliver the
Agreement and furnish the required contract security within 15 days after the Notice of
Award, Owner may annul the Notice of Award and the Bid security of that Bidder will be
forfeited. The Bid security of other Bidders whom Owner believes to have a reasonable
chance of receiving the award may be retained by Owner until the earlier of the seventh
day after the Effective Date of the Agreement or the 61st day after the Bid opening,
whereupon Bid security furnished by such Bidders will be returned. Bid security with Bids
which are not competitive will be returned within seven days after the Bid opening.
7. CONTRACT TIME. The numbers of days within which, or the dates by which, the
Work Is to be substantially completed and also completed and ready for final payment
(the Contract lime) are set forth in the Bid Form and the Agreement
8. LIQUIDATED DAMAGES. Provisions for liquidated damages, if any, are set forth
in the Agreement.
9. SUBSTITUTE OR "OR -EQUAL' ITEMS. The contract, if awarded, will be on the
basis of materials and equipment described in the Drawings or specified in the
Specifications without consideration of possible substitute or 'or -equals items. Substitute
or "or -equal' Items of materials or equipment, unless d is specified that no substitute will
be allowed, may be furnished or used by the Contractor If acceptable to the Engineer.
Application for acceptance of substitute or "or -equal" items will not be considered by the
Engineer until after the effective date of the Contract Agreement. The procedure for
submission of any such application by Contractor and consideration by Engineer is set
forth in paragraphs 6.7.1, 6.7.2 and 6.7.3 of the General Conditions and may be
supplemented in the Project Requirements.
10. SUBCONTRACTORS. SUPPLIERS AND OTHERS
10.1 The Contractor shall not assign or sublet all or any part of this Contract without
the prior written approval of the Owner nor shall the Contractor allow such Subcontractor
to commence Work until he has provided and obtained approval of such compensation
and public liability insurance as may be required. The approval of each subcontract by
the Owner will in no manner release the Contractor from any of his obligations as set out
in the Plans, Specifications, Contract and Bonds.
2-5
Instructions
to Bidders
10.2 The Contractor will be required to furnish the names of Subcontractors and the
amounts of their subcontracts as required by Act 183, Arkansas Acts of 1957. The
subcontracts may be for mechanical, electrical, roofing and sheet metal work
Subcontract amounts must be submitted on a separate list in a sealed envelope and
must accompany the Bid Form. The Subcontractor's name and license number shall
appear on the outside of the sealed envelope. Subcontractors must be licensed
according to the laws of the State of Arkansas.
11. BID FORM
11.1 The Bid Form Is included with the Bidding Documents; additional copies may be
obtained from Engineer (or the Issuing office).
11 2 All blanks on the Bid Form must be completed in ink or by typewriter.
11.3 Bids by corporations must be executed in the corporate name by the president or
a vice-president (or other corporate officer accompanied by evidence of authority to sign)
and the corporate seal must be affixed and attested by the secretary or an assistant
secretary. The corporate address and state of incorporation must be shown below the
signature.
11.4 Bids by partnerships must be executed in the partnership name and signed by a
partner, whose title must appear under the signature and the official address of the
partnership must be shown below the signature.
11.5 All names must be typed or printed below the signature.
11.6 The Bid shall contain an acknowledgment of receipt of all Addenda (the numbers
of which must be filled in on the Bid Form).
11.7 The address and telephone number for communications regarding the Bid must
be shown.
12 SUBMISSION OF BIDS. Bids shall be submitted at the time and place indicated
in the Advertisement or Invitation to Bid and shall be enclosed in an opaque sealed
envelope, marked with the Project title (and, if applicable, the designated portion of the
Project for which the Bid is submitted) and name and address of the Bidder and
accompanied by the Bid security and other required documents. If the Bid is sent
through the mail or other delivery system, the sealed envelope shall be enclosed in a
separate envelope with the notation "BID ENCLOSED" on the face of it. THE BID
FORM SHALL NOT BE REMOVED FROM THE SPECIFICATIONS AND CONTRACT
DOCUMENTS.
13. MODIFICATION AND WITHDRAWAL QF BIDS
13.1 Bids may be modified or withdrawn by an appropriate document duly executed (in
the manner that a Bid must be executed) and delivered to the place where Bids are to
be submitted at any time prior to the opening of Bids.
2-6
Instructions
to Bidders
132 If, within 24 hours after Bids are opened, any Bidder files a duly signed, written
notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction
of Owner that there was a material and substantial mistake In the preparation of its Bid,
that Bidder may withdraw its Bid and the Bid security will be returned. Thereafter, that
Bidder will be disqualified from further bidding on the Work to be provided under the
Contract Documents.
14. OPENING OF BIDS. Bids will be opened and (unless obviously nonresponsive)
read aloud publicly. A tabulation of the amounts of the base Bids and major alternates
(if any) will be made available to Bidders after preparation by the Engineer.
15. BIDS TO REMAIN SUBJECT TO ACCEPTANCE. All bids will remain subject to
acceptance for 60 days after the day of the Bid opening, but Owner may, in its sole
discretion, release any Bid and return the Bid security prior to that date.
16. AWARD OF CONTRACT
16.1 Owner reserves the right to reject any and all Bids, to waive any and all
informalities not involving price, time or changes in the Work and to negotiate contract
terms with the Successful Bidder, and the right to disregard all nonconforming,
nonresponsive, unbalanced or conditional Bids. Also, Owner reserves the right to reject
the Bid of any Bidder if Owner believes that it would not be in the best interest of the
Project to make an award to that Bidder, whether because the Bid is not responsive or
the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent
standard or criteria established by Owner. Discrepancies in the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies between
the indicated sum of any column of figures and the correct sum thereof will be resolved
in favor of the correct sum.
16.2 In evaluating Bids, Owner will consider the qualifications of the Bidders, whether
or not the Bids comply with the prescribed requirements, and such alternates, unit prices
and other data, as may be requested in the Bid Form or prior to the Notice of Award.
16.3 Owner may consider the qualifications and experience of Subcontractors,
Suppliers, and other persons and organizations proposed for those portions of the Work
as to which the Identity of Subcontractors, Suppliers, and other persons and
organizations must be submitted as provided in the Supplementary Conditions. Owner
also may consider the operating costs, maintenance requirements, performance data and
guarantees of major items of matenals and equipment proposed for incorporation in the
Work when such data is required to be submitted prior to the Notice of Award.
16.4 Owner may conduct such investigations as Owner deems necessary to assist in
the evaluation of any Bid and to establish the responsibility, qualifications and financial
ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to Owner's satisfaction within the prescribed time.
2-7
Instructions
to Bidders
16.5 If the contract is to be awarded, It will be awarded to the lowest responsive,
responsible Bidder whose evaluation by Owner indicates to Owner that the award will be
in the best Interests of the Project.
16.6 If the contract is to be awarded, Owner will give the Successful Bidder a Notice
of Award within 60 days after the day of the Bid opening.
17. CONTRACT SECURITY. Paragraph 5.1 of the General Conditions and the
Supplementary Conditions set forth Owner's requirements as to Performance and
Payment Bonds. When the successful Bidder delivers the executed Agreement to
Owner, it must be accompanied by the required Performance and Payment Bonds.
18. SIGNING OF AGREEMENT. When Owner gives Notice of Award to the
Successful Bidder, It will be accompanied by the required number of unsigned
counterparts of the Agreement with all other written Contract Documents attached.
Within 15 days thereafter Contractor shall sign and deliver the required number of
counterparts of the Agreement and attached documents to Owner with the required
Bonds. Within ten days thereafter Owner shall deliver one fully signed counterpart to
Contractor. Each counterpart is to be accompanied by a complete set of the Drawings
with appropriate identification.
19. COMPLIANCE WITH STATE LICENSING LAW. Contractors must be licensed in
accordance with the requirements of Act 150, Arkansas Acts of 1965, the 'Arkansas
State Licensing Law for Contractors.' Bidders who submit Bids in excess of $20,000
must submit evidence of their having a contractor's license before their bids will be
considered, and shall note their license number on the outside of their Bid.
20. LABOR LAWS The Contractor shall abide by all federal, state and local laws
governing labor. The Contractor further agrees to save the Owner harmless from the
payment of any contribution under the State Unemployment Compensation Act, and the
Contractor agrees that if he is subject to the Arkansas State Unemployment Act, he will
make whatever contributions are required under and by virtue of the provisions of said
Act
21. WAGES AND LABOR. Minimum wage rates shall be equal to basic rates as
established by common usage in the city and adjacent community for the various types
of labor and skills performed. In case wage rates are specified in the Contract
Documents, the rates as specified shall be the minimum rates which apply to the Project.
Whenever available, local common labor shall be used and whenever practical, skilled
and semi -skilled labor, if available, shall be used.
The Contractor and each Subcontractor, where the contract amount exceeds $75,000,
shall comply with the provisions of Act 74, as amended by Act 275 of 1969 (Ark. Stat.
14-630). The provisions are summarized below.
2-8
Instructions
to Bidders
The Contractor and Subcontractor shall:
1) pay the minimum prevailing wage rates for each craft or type of workman
and the prevailing wage rate for holiday and overtime work, as determined
by the Arkansas Department of Labor.
2) post the scale of wages in a prominent and easily accessible place at the
site of the Work
3) keep an accurate record showing the names and occupation and hours
worked of all workmen employed by them, and the actual wages paid to
each of the workmen, which record shall be open at all reasonable hours
to the inspection of the Department of Labor or the Owner, its officers and
agents.
The Owner shall have the right to withhold from amounts due the Contractor so much
of accrued payments as may be considered necessary to pay the workmen employed
by the Contractor or any Subcontractor, the difference between the rates of wages
required by this Contract and the rates of wages received by such workmen.
If it is found that any workmen employed by the Contractor or a Subcontractor has been
or is being paid a rate of wages Tess than the rate of wages required by this Contract,
the Owner may by written notice to the Contractor, terminate his right to proceed with the
Work or such party of the Work as to which there has been a failure to pay the required
wages and to prosecute the Work to completion by Contract or otherwise, and the
Contractor and his sureties shall be liable for any excess costs occasioned thereby
22. COMPLIANCE WITH ACT 125. ARKANSAS ACTS OF 1965. The attention of all
Bidders is called to the provisions of Act 125, Arkansas Acts of 1965 This act provides
for payment for certain taxes on materials and equipment brought into the state It
further provides for methods of collecting said taxes All provisions of this Act will be
complied with under this Contract
23. WITHHOLDING STATE INCOME TAXES. The Contractor shall deduct and
withhold Arkansas income taxes, as required by Arkansas law, from wages paid to
employees, whether such employees are residents or nonresidents of Arkansas.
24. COMPLIANCE WITH RULES AND REGULATIONS FOR THE ENFORCEMENT
AND ADMINISTRATION OF ACT 162. ARKANSAS ACTS OF 1987 The attention of all
NON-RESIDENT BIDDERS is called to the provision of Act 162, Arkansas Acts of 1987.
This act provides for non-resident contractors and subcontractors notice and bond
regulations by the Commissioner of Revenues, Department of Finance and
Administration, Post Office Box 1272, Little Rock, Arkansas 72203 prior to commencing
work or undertaking to perform any duties under any contract within the State of
Arkansas.
2-9
Bill Clirtm
J.L. Dire ligtr
G°''�^'°r dreaor
OF ARKANSAS
1 ARKANSAS DEPARTMENT OF LABOR
10421 WEST MARKHAM LITTLE ROCK, ARKANSAS 72205
(501)682-4500 SFg.fu0a1)684�r"Yy 94534, 1992
11
McGoodwin, Williams & Yates, Inc.
909 Rolling Hills Drive
Fayetteville, AR 72703
RE: Sanitary Sewer System
• Rehabilitation & Reconst.
• Minisystem 2 - Phase I
Fayetteville, Arkansas
' Dear Sirs:
In response to your request, enclosed is Arkansas Prevailing
Wage Determination Number 91-99 establishing the minimum wages
rates to be paid on the above -referenced project. These rates were
established pursuant to the Arkansas Prevailing Wage Law, Ark. Code
'• Ann. SS 22-9-301 to 22-9-313(1987) and the administrative
regulations promulgated thereunder.
I If the work is subject to the Arkansas Prevailing Wage Law,
every specification shall include minimum prevailing wage rates for
each craft or type of worker as determined by the Arkansas
Department of Labor Ark. Code Ann.SS22-9-308(b)(2). Also, the
public body awarding the contract shall cause to be inserted in the
contract a stipulation to the effect that not less than the
prevailing hourly rate of wages shall be paid to all workers
performing work under the contract. Ark. Code Ann. S22 -9-308(c).
Additionally, the scale of wages shall be posted by the
contractor in a prominent and easily accessible place at the work
site.. Ark. Code Ann. $22-9-309(a).
Once the contract is awarded, please notify this office of the
following: the name, mailing address and telephone number of the
general contractor; the date construction is to begin; the
anticipated completion date; and the amount of the project bid.
If you have any questions please feel free to contact me at
(501) 682-4533 or through fax at (501) 682-4532.
' Sincerely,
Ann Sanders
Prevailing Wage Supervisor
enclosure
1 4-1
I
I
Page 1 of 2 ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION - HEAVY RATE
DATE: January 9, 1992 DETERMINATION I: 91-99
PROJECT: Sanitary Sewer System COUNTY: Washington
Rehabilitation and Reconst. EXPIRATION DATE: 7-9-92
Minisystem 2 - Phase I
Fayetteville, Arkansas
BASIC
HOURLY FRINGE
CLASSIFICATION RATE BENEFITS
L Bricklayers 7,20
Carpenters 7,20
Concrete Finishers 7,20
Electricians 8,75
Ironworkers:
Structural 6.30
Reinforcing 5.45
Laborers:
Air Tool Operator 5.15
Asphalt Heater Operator 5.15
Asphalt Raker 5.85
Carpenter Helper 5.15
Chain Saw Operator 5.15
Checker Grade 5.45
' Concrete Finisher Helper 5.15
Concrete Joint Sealer 5.15
Concrete Saw Operator 5.15
Flagger 4.25
Formsetter 5.45
Laborer 4.25
L Pipelayer 5.45
Powderman 6.40
Vibratorman 5.15
Painter 6.20
Pile Driver Leadman 6.20
Power Equipment Operators:
Aggregate Spreader Operator 5.80
' Asphalt Plant Fireman 4.85
Asphalt Plantdrier Operator 4.85
Batch Plant Operator 5.80
Bulldozer Operator: Finish 6.90
Rough 5.65
Bull Float Operator 5.65
Concrete Curing Machine Operator 5.65
' Concrete Mixing Operator:
Less than 5 sacks 5.15
5 sacks or more 6.20
' Backhoe-Rubbertired 1 yard or less 6.10
Cherry Picker Operator 6.10
Concrete Paver Operator 6.70
Concrete Spreader Operator 6.70
Crane, Derrick, Dragline, Shovel,
Backhoe Operators:
1-1/2 yards or less 6.70
Over 1-1/2 yards 7.20
Crusher Operator 5.65
Distributor Operator 5.65
4-2
IPage 2 of 2
I
I
I
LI
11
Li
J
D
I
I
Ti
Li
IH
H
Li
Li
ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION - HEAVY RATE
DATE: January 9, 1992
DETERMINATION #: 91-99
PROJECT: Sanitary Sewer System
COUNTY:
Washington
Rehabilitation and Reconst.
EXPIRATION
DATE: 7-9-92
Minisystem 2 - Phase I
Fayetteville, Arkansas
BASIC
HOURLY
FRINGE
CLASSIFICATION
RATE
BENEFITS
Drill Operator (wagon or truck)
5.65
Elevating Grader Operator
6.70
Euclid or like Equipment Operator
(bottom or end dump)
5.25
Finishing Machine Operator
6.10
Forklift Operator
5.05
Front End Grader Operator
5.05
Front End Operator: Finish
6.70
Rough
5.65
Hydro Seeder Operator
5.15
Mechanic
6.90
Mechanic Helper
5.25
Motor Patrol Operator: Finish
6.90
Rough
5.65
Mulching Machine Operator
5.15
Oiler and Greaser
5.45
Pile Driver Operator
6.20
Power Broom Operator
5.15
Pug Mill Operator
5.15
Roller Operator (self-propelled)
5.25
Scraper Operator: Finish
6.90
Rough
5.65
Sod Slicning Maching Operator
4.95
Stabilizer Mixing Maching Operator
5.65
Tractor Operator: Crawler Type
5.15
Farm and Wheel
5.15
Wheel Type (with
attachment 1 yard or under)
5.55
Trenching Machine Operator
5.55
Stonemasons
7.20
Truck Drivers:
Distributor Truck
5.45
Semi -trailer
5.45
Lowboy
5.65
Transmit Mix
5.45
Truck Drivers (Light -less than
3000 lbs.)
4.85
Truck Drivers (Heavy -more than
3000 lbs.)
5.15
Well Drillers
6.90
Welders -receive rate prescribed for craft performing operation to
which welding is incidental.
CERTIFIED
JULY 13, 1989
Li
4-3
JUN -E5 -EC t_'g- ' '1 Ri 'r F: TEL H:5rTu_ cF.434u#?7n-='
ADDENDUM NO. 1
SANITARY SEWER SYSTEM REHABILITATION AND RECONSTRUCTION
MINISYSTEM 2
Contract Section I
Fayetteville, Arkansas
Plans No, Fy210
Dated January 1992
The Specifications and Contract Documents for the above project are hereby changed
or clarified In the following particulars:
Section 1 - Advertisement for Bids
The data for receiving
bids
Is hereby
extended one week.
On
page 1-1, first
paragraph, the date of
June
10, 1992,
Is hereby changed to
read
June 17, 1992.
June 5, 1992
McGoodwin, Williams and Yates, Inc.
Consulting Engineers
909 Roiling Hills Dr've
Fayetteville, Arkansas 72703
Phone (501)443-3404
FAX (501)443-4340
JUN -16-'52 t4:�1._.,L:I1
I- laic
TEL r40:501-44=-4346+ i7344}'c1,_,_
{
�4
/ --
f
ADDENDUM $0.2
SANITARY SEWER SYSTEM REHABILITATION AND RECONSTRUCTION
MiNISYSTEM 2
Contract Section I
Fayetteville, Arkansas
Plans No. Fy-210
Dated January 1992
The Specifications and Contract Documents for the above protect are hereby changed
or clarified In the following particulars:
The Bid form Is hereby changed In the following particulars:
1) On page
5-4, Item No. 12, •2,2,0
Linear Feet, Clean, Test and Grout Main
Line," is
hereby deleted from
the
Bid.
2) On page 5-4,
Item
No. 13, "760 Linear
Feet, Do -Root, Clean, Test and
Grout Main
Line," Is
hereby deleted from
the Bid.
3) On page 5-5, Item No. 21,
•1,700
Linear Feet,
Clean and Televise Main
Line, complete In place," Is
hereby
deleted from
the Bid.
The Bidder 5lhall utilize the enclosed Elid pages 5-4 and 5-5 in preparation of his
Bid. The sheets shall be stapled or otherwise attached to pages 5-4 and 5-5,
respectively, of the existing Bid Documents.
Section 442 - Cleaning and Televising jLn!tary Sewer Lines
Section 442 is horoby deleted from tha Specifications and Contract Documents,
• l: wiIgl • •
Section 443 Is hereby deleted from thl3 Specifications and Contract Documents.
June 16, 1992
McGoodwin, Williams and Yates, Inc.
Consulting Engineers
909 Rolling Hills Drive
Fayetteville, Arkansas 72703
Phone (501)443-3404
FAX (501)443-4340
5
I
I - t
I
I
I
Li
I
I
H
J
L]
I
I
I
I
I
I
BID
SANITARY SEWER SYSTEM REHABILITATION
AND RECONSTRUCTION
MINISYSTEM 2
Fayetteville, Arkansas
Plans No. Fy-210
Dated January 1992
Board of Directors
City of Fayetteville
113 West Mountain
Fayetteville, Arkansas 72701
To the Board of Directors:
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an
agreement with Owner in the form included in the Contract Documents to perform and
furnish all Work as specified or Indicated in the Contract Documents for the Contract Price
and within the Contract Time indicated in this Bid and In accordance with the other terms
and conditions of the Contract Documents.
2. Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and
Instructions to Bidders, including without limitation those dealing with the disposition of Bid
security. This Bid will remain subject to acceptance for sixty days after the day of Bid
opening. Bidder will sign and submit the Contract Agreement with the Bonds and other
documents required by the bidding requirements within ten days after the date of Owner's
Notice of Award.
3. In submitting this Bid, Bidder represents, as more fully set forth in the Contract Agreement,
that:
a) Bidder has examined copies of all the Bidding Documents and of the following
addenda (receipt of which is hereby acknowledged)
Inn
and such addenda are attached to the Bid.
Number
I
5-1
I
Li
L
L
I
I
I
1
I
I
C1
I
I
I
I
I
I
I
b) Bidder has familiarized itself with the nature and extent of the Contract Documents,
Work, site, locality, and all local conditions and Laws and Regulations that in any
manner may affect cost, progress, performance or furnishing of the Work.
c) Bidder has studied carefully all reports and drawings of subsurface conditions and
drawings of physical conditions which are identified in the Supplementary
Conditions as provided in paragraph 4.2 of the General Conditions, and accepts the
determination set forth in paragraph SC -4.2 of the Supplementary Conditions of the
extent of the technical data contained in such reports and drawings upon which
Bidder Is entitled to rely.
d) Bidder has obtained and carefully studied (or assumes responsibility for obtaining
and carefully studying) all such examinations, Investigations, explorations, tests and
studies (in addition to or to supplement those referred to in c above) which pertain
to the subsurface or physical conditions at the site or otherwise may affect the cost,
progress, performance or furnishing of the Work as Bidder considers necessary for
the performance or furnishing of the Work at the Contract Price, within the Contract
Time and in accordance with the other terms and conditions of the Contract
Documents, including specifically the provisions of paragraph 4.2 of the General
Conditions; and no additional examinations, investigations, explorations, tests,
reports or similar information or data are or will be required by Bidder for such
purposes.
e) Bidder has reviewed and checked all Information and data shown or indicated on
the Contract Documents with respect to existing Underground Facilities at or
contiguous to the site and assumes responsibility for the accurate location of said
Underground Facilities. No additional examinations, investigations, explorations,
tests, reports or similar information or data in respect to said Underground Facilities
are or will be required by Bidder in order to perform and furnish the Work at the
Contract Price, within the Contract Time and in accordance with the other terms
and, conditions of the Contract Documents, including specifically the provisions of
paragraph 4.3 of the General Conditions.
f) Bidder has correlated the results of all such observations, examinations,
Investigations, explorations, tests, reports and studies with the terms and conditions
of the Contract Documents.
g) Bidder has given Engineer written notice of all conflicts, errors or discrepancies that
it has discovered in the Contract Documents and the written resolution thereof by
Engineer is acceptable to Bidder.
h) This Bid is genuine and not made in the interest of or on behalf of any undisclosed
person, firm or corporation and is not submitted in conformity with any agreement
or rules of any group, association, organization or corporation; Bidder has not
directly or indirectly induced or solicited any other Bidder to submit a false or sham
Bid; Bidder has not solicited or induced any person, firm or corporation to refrain
from bidding; and Bidder has not sought by collusion to obtain for itself any
advantage over any other Bidder or over Owner.
I
5-2
1
1
1
I
I
I
1
4.
5.
The following documents are attached to and made a condition of this Bid.
Security in the form of bid bond or certified orrnashier's check for
C 70 is '/I ($
1.
Required Bid
The Bidder will complete the Work for the following unit and lump sum prices:
Item Estimated Total
No. Quantity Description of Item and Unit or Lump Sum Price Bid Amount
1. 190 Unear Feet, 12' Ductile Iron (D.I.) Gravity Sewer Pipe,
0-6' In depth, complete in place
2. 2,650 Unear Feet, 8' Ductile Iron (D.I.) Gravity Sewer
0-6' in depth, complete In place
1
• • • _ '
r
V
1
I_• •:
•:•
r• Itt
• . rc
•
:1
a.
_
1 1:. 1
•o•
r• •
1 '
.
i s
'
5-3
JUN 1'=- _ $d am I D: M
Item Estimated
No. Quantity
8. 82
9.
TEL t '. Sui-443--4340
Description of Item and Unit or Lump Sum Price Bid
Each, Sower Service Line Reconnections,
complete in place
Each, Plug Servit:e Lateral, complete in place
aJeJtSdolIars (S5 i0 )/Each __ 510,00
10. a Each, Municipal Main Line T€ - Repair,
complete in place
7 v 4 Each, Repair Manhole/Municipal: Service Line
Connection, complete in place
Total
Amount
- nL 4 tkja_%le (p ��' doll r 00 )/Each _(ice e_--
12. Delo ed This Bid Item DELETED. --
XXXXXXXXXXXX:(XXXXXXXXXXXXXXXX)CXXXXXXXXXXXXXXXXXXXXX(XXXXXXXXXX7i):
13. Deleted This Bid Item DELETED.
XXXXXXXXXXXXXXXXXXXXXXXXXXXXX)CXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX<
14, De eted This Bid '•1<4rn DELETED.
X.XXXXXXX.XX XXX.XX.KX.xXXXXXX XX, FXXXXXXXXXXX)XX.XXXX.XXXXXXXXXXXXXXXXXXXX
15. 15 Each, Rait,I:g Manhole Frame and Lid
us. S2lJ 6tt4S4. axt m &S .._dollrs &too vEach oo, oo _
V w
a.
I 11
Item Estimated Total
' No. Quantity Description of Item and Unit or Lump Sum Price Bid Amount
8. 82 Each, Sewer Service Line Reconnections,
complete in place
' dollars( )/Each $
9. 1 Each, Plug Service Lateral, complete in place
dollars ( 1/Each
' 10. 4 Each, Municipal Main Line Tap Repair,
complete in place
dollars ( 1/Each
' 11. 4 Each, Repair Manhole/Municipal Service Line
Connection, complete in place
dollars ( 1/Each
' 12. 2,AQ Linear F2n, Test and Grout Main Line
1 dollars ( )/F.
13. 736 Linear Feet, De -Root, Clean, Test
and Grout Main
dollars f ) L.FF,
14. Deleted This Bid Item DELETED.
15. 15 Each, Raising Manhole Frame and Lid
I
5-4
— Estimated - --
Quantity Description of item and Unit or Lump Sum Price Bid
3 Each, Cast -in -Place Manholes, complete In place
we-
• ,
Each, Mar!hole 3placement, complete in place
Tons, Granular Ease (AHTD :ass 3) for trench
backfill and driving surface repair, complete in place
19. 2,001 Square Yards, Concrete for driving surface and
sidewalk repair, o3mplete in place
Tons, Hct-Mixed, Hot -Laid Aspls It Concrete
for Pavement Repair and Overlay,
complete In place
Deleted This Bid Item DELETED.
XXXXXXXXXXXXxxXXXXXXXXXXXXXXXXXXXXXXXXXXXX XXXXXXXXXr'
Each, Repair Manhole/Municipal Main Line
Connact'nn, complete in place
clxug-ogutstC tcQ- , a$ef�na. Q __ 6t)
Total Amount Bid . . . . . . . . . . . . . .... . ..... .. $.ES.Cyo
PI
1
1
i
1
1
1
.p- S
Item Estimated Total
No. Quantity Description of Item and Unit or Lump Sum Price Bid Amount
16. 3 Each, Cast -in -Place Manholes, complete in place
dollars ( )/Each $
17. 3 Each, Manhole Replacement, complete in place
dollars( )/Each
18. 2,550 Tons, Granular Base (AHTD Class 6) for trench
backfill and driving surface repair, complete in place
ollars ( 1/Ton
I
19. 2,000 Square Yards, Concrete for driving surface and
sidewalk repair, complete in place
1 dollars ( )IS.Y.
1
1
[1
I
1
1
1
20. 270 Tons, Hot -Mixed, Hot -Laid Asphalt Concrete
for Pavement Repair and Overlay,
complete in place
ollars ( 1/Ton
21. 1;y'90 Linear Feet, Clean and Televise Main Une,
complete in place
ollars ( 1/L.F.
22. 1 Each, Repair Manhole/Municipal Main Une
Connection, complete In place
dollars()/Each
Total Amount Bid ..............................
5-5
I
I5. (continued)
I
Unit quantities are not guaranteed. Final payment will be based on actual quantities as
measured in accordance with Section 1200, •Methods of Measurement and Payment.'
Amounts are to be shown in both words and figures. In case of discrepancy, the amount
shown in words, unless obviously incorrect, will govern.
' The above unit prices shall include all labor, materials, bailing, shoring, removal, overhead,
profit, insurance, etc., to cover the finished work of the several kinds called for.
' The Bidder understands that the Owner reserves the right to reject any or all bids and to
waive any informalities in the bidding.
' 6. The Bidder agrees that all Work will be complete within 120 calendar days after the date
when the Contract Time commences to run as provided in paragraph 2.3 of the General
Conditions.
' Bidder accepts the provisions of the Contract Agreement as to liquidated damages in the
event of failure to complete the Work on time.
' 7. Communications concerning this Bid shall be addressed to the address of Bidder Indicated
below.
8. The terms used in this Bid which are defined in the General Conditions of the Construction
Contract Included as part of the Contract Documents have the meanings assigned to them
in the General Conditions.
'
Submitted this 1 7 day of .19 9
' Respectfully submitted,
' ram at
( m Name)
By
Title
WIPI . A] ••
Attest:
5-6
I
I
I
I
I
I
I
I
I
I
I
I
I
L.
I
L
L
AKIRA9T
State of Arkansas
County of Washington )
THIS AGREEMENT, made and entered into this day of
19 _ by and between the City of Fayetteville, County of Washington, State of
Arkansas, Party of the First Part, hereinafter called the Owner, and
of the City of
Party of the Second Part, hereinafter called the Contractor.
WITNESSETH THAT:
WHEREAS, the Owner has called for bids for Sanitary Sewer System Rehabilitation and
Reconstruction, Minisystem 2, as set out in the Plans and Specifications for Contract
Section I, and approved by the Board of Directors of the City of Fayetteville, Arkansas;
and
WHEREAS, pursuant to the published calls for bids under said Plans and Specifications,
the Contractor is the lowest and best bidder for the rehabilitation and reconstruction of
said sanitary sewer system;
NOW THEREFORE, the Contractor agrees with the Owner to commence and complete
the construction of:
Sanitary Sewer System Rehabilitation and Reconstruction, including
clearing, excavation, backfilling, sewer pipe replacement, sewer pipe
cleaning and grouting, manhole rehabilitation or reconstruction, road
restorations, cleanup, seeding and mulching, testing, and all work required
for a complete installation, which consists of all items as set out in the Bid,
these Specifications and Plans No. Fy-210, Contract Section I, dated
January, 1992, for the unit and lump sum prices bid in the Bid, all of which
become and are a part of this contract, the total sum being
dollars ($ ), such sum being the agreed amount upon which bonds and
liabilities are based, and at his own cost and expense furnish all materials, supplies,
labor, machinery, equipment, tools, supervision, bonds, insurance and other accessories
and services necessary to complete the said construction in accordance with the
conditions and prices stated In the Bid attached hereto and made a part hereof, and in
accordance with the Technical Specifications, the General Conditions, the Supplementary
Conditions, and in accordance with the Plans, which include all maps, plats, blueprints,
and other drawings, and written or printed explanatory matter thereof.
I
6-1
I
The Contractor agrees to commence work under this contract within ten days of the
issuance of the Notice to Proceed and complete all work within one hundred twenty (120)
calendar days from the date of the Issuance of the Notice to Proceed.
The Owner agrees to pay the Contractor in current funds for the performance of the
contract in accordance with the accepted Bid therefor, subject to additions and
deductions, as provided In the Specifications, and to make payment on account thereof
as provided below.
I
I
I
I
I
I
I
I
I
I
I
I
Li
As soon as is practicable after the first of each calendar month, the Owner will make
partial payments to the Contractor for work performed during the preceding calendar
month, based upon the Engineer's estimate of work completed, said estimate being
certified by the Contractor and accepted by the Owner. Except as otherwise provided
by law, ten percent (10%) of each approved estimate shall be retained by the Owner until
final completion and acceptance by the Owner and Engineer. The Engineer shall then
Issue a Final Estimate of work done based upon the original contract and subsequent
changes made and agreed upon, if any.
Time Is hereby expressly declared to be of the essence of this contract, and the time of
beginning, manner of progress and time of completion of the work hereunder shall be
and are essential conditions hereof.
The Contractor agrees to commence work within ten (10) calendar days from the date
of the Notice to Proceed and to proceed with the construction of the work and to
prosecute the work with an adequate force and in a manner so as to complete the work
within the time stipulated herein. If the Contractor fails in completing the contract within
the time stipulated herein, the Contractor agrees to pay the Owner, as liquidated
damages, the sum of five hundred dollars ($500.00) per day for each calendar day of
delay in completion, said amounts being fixed and agreed upon by and between the
parties hereto. Because of the impracticability and extreme difficulty in fixing and
ascertaining the actual damages Owner would in such event sustain, said amounts are
to be presumed by the parties to this contract to be the amounts of damage Owner
would sustain. Said. amounts of liquidated damages shall be deductible from any amount
due Contractor under the Final Estimate of said work, after the completion thereof, and
Contractor shall be entitled only to the Final Estimate less such amounts of liquidated
damages.
If the Contractor be delayed at any time in the progress of the work by any act or neglect
of the Owner or of the Owner's employees, or by any other Contractor employed by the
Owner, or by changes ordered In the work, or by strikes, lockouts, fire, unusual delay in
transportation, unavoidable casualties or any causes beyond the Contractor's control, or
by delay authorized by the Engineer pending arbitration, or by any cause which the
Engineer shall decide to justify the delay, then the time of completion shall be extended
for such reasonable time as the Engineer may decide.
No such extension shall be made for delay occurring .more than seven days before claim
therefor is made in writing to the Engineer. In the case of a continuing cause for delay,
only one claim is necessary.
I
6-2
I
L.'
H
HI
I
I
In the event the Contractor abandons the work hereunder or fails, neglects or refuses to
continue the work after ten (10) days written notice, given Contractor by the Owner or
by the Engineer, then the Owner shall have the option of 1) declaring this contract at an
end, in which event the Owner shall not be liable to the Contractor for any work
theretofore performed hereunder, or 2) requiring the surety hereto, upon ten (10) days
notice, to complete and carry out the contract of Contractor; and in that event, should the
surety fail, neglect or refuse to carry out said contract, 3) said Owner may complete the
contract as Its own expense and maintain an action against the Contractor and the surety
hereto for the actual cost of same, together with any damages or other expense
sustained or incurred by Owner In completing this contract, less the total amount
provided for hereunder to be paid Contractor upon the completion of this contract
This contract shall be binding upon the heirs, representatives, successors or assigns of
the parties hereto, including the surety.
IN WITNESS WHEREOF, the Owner and Contractor have hereto set their hands and
seals, respectively.
1
' Witnesses'
I
Firm Name
By
if corporation, secretary should attest.
Attest:
1
' Sherry L. Thomas, City Clerk
I
J
I
CITY OF FAYEITEVILLE, ARKANSAS
Fred Vorsanger, Mayor
6-3
I
11
I
I
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: That we (1)
called 'Principal" and (3)
Iof
I
I
I
I
I
I
I
I
I
I
a(2)
State of , hereinafter called
the "Surety," are held and firmly bound unto (4)
, hereinafter called the 'Owner,' in the penal sum
dollars ($ ) in lawful money of the United States, for the payment
of which sum well and truly to be made, we bind ourselves, our heirs, executors,
administrators and successors, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal
entered into a certain contract with Owner, dated the day of
19, a copy of which is hereto attached and made a part hereof for the
construction of:
Sanitary Sewer System Rehabilitation and Reconstruction, Minisystem 2.
Contract Section I; Fayetteville, Arkansas; Plans No. Fy-210.
NOW THEREFORE, if the Principal shall well, truly and faithfully perform its duties,
all the undertakings, covenants, terms and conditions, and agreements of said contract
during the original term thereof, and any extensions thereof which may be granted by the
Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands
Incurred under such contract, and which It may suffer by reason of failure to do so, and
shall reimburse and repay the Owner all outlay and expense which the Owner may incur
in making good any default, then this obligation shall be void; otherwise to remain In full
force and effect.
PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms of the
contract or to the work to be performed thereunder or the specifications accompanying
the same shall in any wise affect its obligation on this bond, and it does hereby waive
notice of any such change, extension of time, alteration or addition to the terms of the
contract or to the work or to the specifications.
PROVIDED, FURTHER, that no final settlement between the Owner and the
Contractor shall abridge the right of any beneficiary hereunder, whose claim may be
unsatisfied.
7-1
17
I
I
This bond Is given in compliance with Act 351, Arkansas Acts of 1953, and Act
' 209, Arkansas Acts of 1957, the same appearing as Arkansas Statutes (1957), Section
51-635, Cumulative Supplement.
IN WITNESS WHEREOF, this instrument is executed In six (6) counterparts, each
one of which shall be deemed as original, this the day of ,
' 19
Attest:
I
I
I
I
I
I
I
I
I
I
(Principal) Secretary
(Seal)
Witness as to Principal
Address
Attest:
(Surety) Secretary
(Seal)
Witness as to Surety
Principal
M
Address
Surety
By
Attorney -in -Fact
Address
NOTE: Date of bond must not be prior to date of contract.
(1) Correct name of Contractor.
(2) A corporation, a partnership, or an individual, as the case may be.
(3) Correct name of Surety.
(4) Correct name of Owner.
(5) If Contractor is a partnership, all partners should execute bond.
(6) This bond must be filed with the Circuit Clerk of the county where
the work Is to be performed prior to the start of construction.
7-2
I
I
I
I
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: That we (1)
called "Principal" and (3)
of
a(2)
hereinafter
State of ,hereinafter called
Ithe "Surety," are held and firmly bound unto (4)
I
I
I
I
I
I
I
I
I
I
I
I
, hereinafter called the "Owner," in the penal sum
dollars ($ ) in lawful money of the United States, for the payment
of which sum well and truly to be made, we bind ourselves, our heirs, executors,
administrators and successors, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal
entered into a certain contract with Owner, dated the day of
19 , a copy of which is hereto attached and made a part hereof for the
construction of:
Sanitary Sewer System Rehabilitation and Reconstruction. Minisystem 2,
Contract Section 1; Fayetteville, Arkansas; Plans No. Fy-210.
NOW THEREFORE, if the Principal shall promptly make payment to all persons,
firms, subcontractors and corporations furnishing materials for or performing labor In the
prosecution of the work provided for in such contract, and any authorized extension or
modification thereof, all amounts due for but not limited to, materials, lubricants, oil,
gasoline, coal and coke, repair on machinery, equipment and tools, consumed or used
in connection with the construction of said work, fuel oil, camp equipment, food for men,
feed for animals, premium for bonds and liability and workmen's compensation insurance,
rentals on machinery, equipment and draft animals; also for taxes or payments due the
State of Arkansas or any political subdivision thereof which shall have arisen on account
of or in connection with the wages earned by workmen covered by the bond; and for all
labor, performed in such work whether by subcontractor or otherwise, then this obligation
shall be void, otherwise to remain in full force and effect.
• The Surety agrees the terms of this bond shall cover the payment by the Principal
of not less than the prevailing hourly rate of wages as found by the Arkansas Department
of Labor or as determined by the court on appeal to all workmen performing work under
the contract.
PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms of the
contract or to the work to be performed thereunder or the specifications accompanying
the same shall In any wise affect its obligation on this bond, and it does hereby waive
notice of any such change, extension of time, alteration or addition to the terms of the
contract or to the work or to the specifications.
7-3
I
IPROVIDED, FURTHER, that no final settlement between the Owner and the
Contractor shall abridge the right of any beneficiary hereunder, whose claim may be
' unsatisfied.
This bond Is given In compliance with Act 351, Arkansas Acts of 1953, and Act
1 209, Arkansas Acts of 1957, the same appearing as Arkansas Statutes (1957), Section
51-635, Cumulative Supplement.
' IN WITNESS WHEREOF, this Instrument Is executed in six (6) counterparts, each
one of which shall be deemed as original, this the day of
I.
19
Attest:
Principal
(Principal) Secretary By
1 (Seal)
Witness as to Principal Address
1
Address
1 Attest:
Surety
1 (Surety) Secretary By
(Seal) Attorney -in -Fact
i
Witness as to Surety Address
Address
NOTE: Date of bond must not be prior to date of contract.
(1) Correct name of Contractor.
1 (2) A corporation, a partnership, or an indlv(duai, as the case may be.
(3) Correct name of Surety.
(4) Correct name of Owner.
(5) If Contractor Is a partnership, all partners should execute bond.
' (6) This bond must be filed with the Circuit Clerk of the county where
the work Is to be performed prior to the start of construction.
I
7-4
I
' This document has important legal consequences: consultation with an attorney is encouraged with
respect to its completion or modification
STANDARD
GENERAL CONDITIONS
■ OFTHE'
I.
CONSTRUCTION CONTRACT
Prepared by
Engineers' Joint Contract Documents Committee
and
,` Issued and Published Jointly By
I
I
V
PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE
the
NATIONAL SOCIETY OF PROFEStice division S ONAL ENGINEERS
' AMERICAN CONSULTING ENGINEERS COUNCIL
I
I
I
I
I
AMERICAN SOCIETY OF CIVIL ENGINEERS
CONSTRUCTION SPECIFICATIONS INSTITUTE
This document has been approved and endorsed by
The Associated General - a Contractors of America
General Conditions have been prepared for use with the Owner -Contractor Agreements (No.
[These
910-8-A-1 or 1910-8-A-2, 1983 editions). Their provisions are interrelated and a change in one may
ecessitate a change in the others. Comments concerning their usage are contained in the Commentary
n Agreements for Engineering Services and Contract Documents, No. 1910-9, 1981 edition. For
uidance in the preparation of Supplementary Conditions, see Guide to the Preparation of Supple.
entary Conditions (No. 1910-17, 1983 edition). When bidding is involved, the Standard Form of
nstructions to Bidders (No. 1910-12, 1983 edition) may be used.
I
No. 19104 (1983 Edition)
I
I
I
I
I
F
I
1
El
I
I
[1
1
I
C1983 National Society of Professional Engineers ,
2029 K Street, N.W., Washington, D,C, 20006
American Consulting Engineers Council
1015 15th Street, N'.W„ Washington. D.C. 20005
American Society of Civil Engineers
345 East 47th Street, New York. NY 0017
Construction Spect9calions Inslicute
601 Madison St.. .Alexandra. V.A 22314
I
I
t
I
TABLE OF CONTENTS OF GENERAL CONDITIONS • Article ,u_• .
Number Ttt4q•,.
Page
• I DEFINITIONS ..................
2 PRELIMINARY MATTERS ........................................ 8
3 C&ITRACT DOCUMENTS:
• Ir.ri4 NT, AMENDING AND REUSE ............................... 9
4 AVAILABILITY OF LANDS; PHYSICAL CONDITIONS;
REFERENCE POINTS .............................................. 10
• 5 BONDS AND INSURANCE ........... 11
6 CdNTRACTOR'S RESPONSIBILITIES ............................ 14
.,
7 OTTER WORK ..................................................... 18
' ' 8 O%IER'S RESPONSIBILITIES .................................... 19
Ia,
9 E
1`lI(+INEER'S STATUS DURING CONSTRUCTION .............. 19
10 CHANGES IN THE WORK ......................................... 21
II CHANGE OIi CONTRACT PRICE ................................... 21
12 CHWNGE OF CONTRACT TIME ................................... 24
13 WAIRANTY AND GUARANTEE: TESTS AND
INSECTIONS; CORRECTION, REMOVAL OR
ACCEPTANCE OF DEFECTIVE WORK 24
t14 PAYiIENTS TO CONTRACTOR AND COMPLETION ............ 26
1S SUSPENSION OF WORK AND TERMINATION .................. 29
16 AR�IIRATION ......•..s......... ......... ..
.. ............... 31
......
17 MISCELLANEOUS................................................. 32
I
3
1
INDEX TO GENERAL CONDITIONS
Article or Paragraph
Number
Acceptance ofInsutance ..............................S.13
Access to the Work ..................................
13.2
Addenda— definition of Isee definnion of
Specifications) ........................................
I
Agreement —.definition of ................................
1
All Risk Insurance .....................................
5.6
Amendment, Written
I, 3.1.1
.............................
Application for Payment -definition of ..................
I
Application for Payment. Final ......................
14.12
Application for Progress Payment ....................
14.2
Application for Progress Payment —review of ....
14.4-14.7
Arbitration .................
Aulhorized Variation in Work .........................
9.5
Availability of Lands..................................4.1
Award, Notice of —defined ..............................
Before Starting Consiraciion ......................
2.5-2.7
Bid--4fefinition of ......................................
1
Bonds and Insurance —in general ........................
5
Bonds--defimuon of.....................................1
Bonds. Delivery of ...............................
2.1, 5.1
Bonds. Performance and Other ...................5.1-5.2
Cash A'lowances ............................. .......
11.8
Change Order-4efinition of ..4 4.4 ....................4..
Change Orders —to be executed .....................0.4
Changes in the Work ...................................
to
Claims, Waiver of —en Final Payment ...............
14,16
Clarifications and Inter^,.retations ......................
9.4
Cleaning .......,
Completion.............................................14
Completion, Substantial .........................I4.8-4.9
Conference, Preconstruclion ..........................
2.8
Conflict. Error, Discrepancy —Contractor
Io Report ......................................2.5,
3.3
Construction Machinery. Equipment, etc . .... ........
6.4
Continuing Work .....................................
6.29
Contract Documents —amending and
supp!ementing ..................444....4........
3.4-3.5
Contract Documents —definition of ......................
I
Contract Documents —Intent
3.1-3.3
......................
Contract Documents —Reuse of
3.6
.......................
Contract Price, Change of ........ .4 ........ 4,..........
II
Contract Price —definition
...............................I
Contract Time. Change of ..............................
12
Contract Time. Commencement of
13
....................
Contract Time —definition of
............................I
Contractor—def nition of ....... ....... ................
I
Contractor .May Stop Work or Termin.s:e ...........
. 15.5
Contractor's Continuing ONi atiun ..................
14.15
Contractor's Duty to Report Discrepancy
in Documents ....................
2.5.3.2
........ ....
Contractcr's Fee —Cori Plas ... II .4A6. 11.5
I. 11.6-I 1.7
Contractor's Liaodity Insurance ........................
Contracior s Responsmilrties—m general ................
6
Contractor's Warranty of Title ........................
14-3
Contractors other
......................................7
Contractual Liability Insurance
5.4
......44 ................
Coordinating Contractor —definition of ................
7.4
Coordination
7.4
..........................................
Copies of Documents ..................................1
_.2
Correction or Removal of Defective Work ...........
13.11
Correction Period, One Year
13.12
..............4444......
Correction, Removal or Acceptance of Defective
Work—in general ...........................
13.11.13 14
Cost —net decrease ................4
11.6.2
..........4..4.4
Cost of Work
...................11.4-11.5
Costs. Sup pkmentat................................
11.4.5
Day --definition of .......................................
1
Defective—def nition of .......................
4 ......... 1
Defective Work. Acceptance of ......................
13.13
Defective Work, Correction or Removal of ..........
13.11
Defective Work—in general ...............13.
14.7, 14.11
Defective Work, Rejecting .............................
9.6
Definitions
I
..............................................
Delivery of Bonds.....................................2.1
Determination for Unit Prices
9.10
........................
Disputes, Decisions by Engineer .................
9.11-9.12
Documents. Copies of ........................
2.2
Documents, Record ...................................
Documents. Reuse....................................3k
Drawings —definition of.................................I
Easements ...............4.44........4................
4.1
Effective date of Agreement —definition of ...............I
4......
Emergencies .........................................
6.22
Engineer—defimlion of..................................1
Engineer's Decisions ............................9.10-9.12
Engineer's —Notice Work is Acceptable .............
14.13
Engineer's Recommcndalian of Pa) ment ......
14.4, 14.13
Engineer's Responsibilities, Limitations
on .................................. 6.6. 9.11,
9.13-9.16
Engineer's Status During Construction —in general
...... 9
Equipment. Labor, Materials and 4......444........
6.3-6.6
Equivalent Materials and Equipment ..........6.7
Exploralions of physical conduions 4....4...4.....4...
4.2
Fee, Cor.iracior's—Costs plus ........................
11.6
Field Order —definition of
1
...............................
Field Order —issued by Engineer ................
3.5.1. 9.5
Final Application for Payment ..... .................
14.12
Final Inspection .....................................
14.11
Final Payment and Acccpance ......................
14.13
Final Payment. Recommendation of ...........14.13-4.14
General Provn.ons ..............................17.3-17.4
Genera! Requiremen:'-cfinuion of ..................... I
General Requirements —priori pal
references to .. .... ......... 2.6, 4-4. 6.4. 6,6-6.7, 6.23
I
I
I
I
I.
I
I
I
I
I
I
I
I
I
I
Giving Notice .............. 17.1
.........................
Guarantee of Work —by Contractor ........,.;,•„••„ 13.1
Indemnification ............................. 6.30-6.32, 7.5
Inspection, Final ......... .... 14.11
.......................
Inspection, Tests and ..0.......0...........0..0....... 13.3
Insurance, Bonds and —in general ..............
• Insurance, Certificates of ................................ 5 2.7, 5
• Insurance —.completed operations ...................... 5.3
Insurance, Contractor's Liability ...................... 5.3
Insurance, Contractual Liability ....................... 5.4
Insurance, Owner's Liability ................
Insurance Property 5.5
PY ..........I ................... 5.6-5.13
Insurance —Waiver of Rights ..................... . 5.11
Intent of Contract Documents ..........•.••••
...........I.... 3.3, 9.14
Interpretations and Clarifications ........ .. 9.4
............
nvestigations of physical conditions ................... 4.2
Labor, Materials and Equipment .................. 6.3-6.5
Laws and Regulations —definition of ..................... 1
Laws and Regulations —general ....................... 6.14
Liability Insurance —Contractor's ..................... 5.3
Liability Insurance —Owner's ......................... 5.5
Liens— definitions of ...........0 .............0..0.0. 14.2
Limitations on Engineer's
Responsibilities 0 0 . ................. 6.6, 9.11,9.13-9.16
Materials and equipment —famished by Contractor .... 6.3
Materials and equipment —not
incorporated in Work -..........................
Materials or equipment --equivalent ... . . . . . . . . . . . 14.2
6.7
Miscellaneous Provisions ........
17
Multi -prime contracts ..••... ........................... 7
Notice, Giving of ................ 17.1
....................
Notice of Acceptability of Project 000 ............... 14.13
Notice of Award —definition of .......................... I
Notice to Proceed —definition of ......................... 1
Notice to Proceed —giving of .......................... 2.3
„Or -Equal" Items
.....................................
Other
6.7
contractors ....................................... 7
Otherwork
........................................
Overtime Work —prohibition of
........................
Owner —definition of
6.3
....................................
Owner May Correct Defective Work
I
.................
Owner May Stop Work
13.14
..............................
Owner May Suspend Work, Terminate
13.10
......... ..
0
Owner's Duty to Execute Change Orders
15.1-15.4
.............
Owner's Liability Insurance
11.8
............•..............
Owner's Representative —Engineer to serve
5.5
as ........
Owner's Responsibilities —in general
9.1
....................
Owner's Separate Representative
8
at site ...............
9.3
Partial Utilization
Partial Utilization —Definition of ....
Partial Utilization —Property Insuran
Patent Fees and Royalties ..
Payments. Recommendation of Fogg.
Payments to Contractor —in general
Payments to Contractor —when due ........... 14.4, 14.13
Payments to Contractor —withholding ................ 14.7
Performance and other Bonds ..................... 5.1-5.2
Permits............................................... 6.13
Physical Conditions ................................... 4.2
Physical Conditions —Engineer's review ............. 4.2.4
Physical Conditions --existing structures ............ 4.2.2
Physical Conditions --explorations and reports ....... 4.2.1
Physical Conditions —possible document change ..... 4.2.5
Physical Conditions —price and time adjustments .... 4.2.5
Physical Conditions —report of differing ............. 4.2.3
Physical Conditions —Underground Facilities .......... 4.3
Preconstruction Conference ........................... 2.8
Preliminary Matters ..................................... 2
Premises, Use of .............................. 6.16.6.18
Price, Change of Contract .............................. I I
Price -Contract —definition of ............................ I
Progress Payment, Applications for ................... 14.2
Progress Payment—retainage ......................... 14.2
Progress schedule ............... 2.6, 2.9, 6.6, 6.29, 15.2.6
Project —definition of .................................... I
Project Representation —provision for ............ .. 9.3
Project Representative, Resident —definition of .......... I
Project, Starting the............I...................... 2.4
Property Insurance ............................... 5.6-5.13
Property Insurance —Partial Utilization ............... 5.15
Property Insurance —Receipt and Application
of Proceeds ................................... 5.12-5.13
Protection, Safety and ........................... 6.20-6.21
Punchlist ........................................... 14.11
Recommendation of Payment .................. 14.4. 14.13
Record Documents ................................... 6.19
Reference Points ...................
Regulations, Laws and ............................... 6.14
Rejecting Defective Work ............................. 9.6
Related Work at Site ........... 7.1-7 3
...................
Remedies Not Exclusive .. 17.4
Removal or Correction of Defective Work ........... 13.11
Resident Project Representative —definition of ........... I
Resident Project Representative —provision for ........ 9.3
Responsibilities, Contractor's —in general ............... 6
Responsibilities, Engineer's —in general ........ 9
Responsibilities, Owner's —in general .................... 8
Retainage ...... 14.2
..................
Reuse of Documents .................................. 3.5
Rights of Way ......•...
4.1
Royalties, Patent Fees and ........................... 6.12
Safety and Protection ............................ 6.20-6.21
Samples ........................... 6.23-6.28
Schedule of progress ........ 2.6, 2.8-2.9.6.6. 6.29, 15.2.6
Schedule of Shop Drawing
submissions ...................... 2.6, 2.8-2.9, 6.23. 14.1
Schedule of values ...................... 2.6.2.8-2.9, 14.1
Schedules, Finalizing ........ ............
Shop Drawings and Samples .......... 9
........6.23-6.28
Shop Drawings —definition of ............................
Shop Drawings, use to approve
substitutions...................................... 6.7.3
I
Site. Visits to —by Engineer ...........................
9.2
Specifications—defin«ton of .............................
Starting Construction. Before ......................
2.5-2.8
Starting the Project ....................................
2.4
Stopping Work —by Contractor .......................
I5.5
Stopping Work —by Owner ..........................
13.10
Subcontractor —definition of .............................
I
Subcontractors —in general .......................
6.8.6.11
Subcontracts —required provisions ............
5.11.1, 6.11
11.4.3
Substantial Completion—certitcation of ..............
14 8
Substantial Completion —definition of ....................
Substitute or "Or -Equal" Items .......................
6.7
Subsurface Conditions .............................
4.2-4.3
Supplemental costs .................................
11.4.5
Supplementary Conditions --definition of
................ I
Supplementary Conditions —principal
references to .. 2.2. 4.2, 5.1, 5.3, 5.6-5.8,
6.3, 6.13. 6.23.
7.4. 9.3
Supplementing Contract Documents ...............3.4.3.5
Supplier —definition of ...................................
Supplier —principal references to ... 3.6.
6.5. 6.7-6.9. 6.20.
6.24, 9.13, 9.16. 11.8, 13.4. 14.12
Surety —consent to payment ..................14.12,
14.14
Surety —Engineer has no duty to .....................
9.13
Surety —notice to ..........................
10.11 10.5, 15.2
Surely —qualification cf ...........................
5.1-5.2
Suspending Work, by Owner .........................
15.1
Suspension of Work and Termination —in
general ....... 15
Superintendent —Contractor's .........................
6.2
Supervision and Superintendence ..................
6 1-6
Taxes —Payment by Contractor .......................
6.15
Termination —by Contractor ..........................
15.5
Termination —by Owner .........................15.2-15.4
Termination. Suspension of Work and —in
general ...... 15
Tests and Inspections ...........................13.3-13.7
Time, Change of Contract ..............................
12
Time. Compilation of..............................17
Time. Contract—dellni:ion of ............................ I
Uncovering Work ...............................13.8-13.9
Underground Facilities-defirition of .................... I
Underground Facihtiee—not shown or :ndicared .....4.3.2
Underground Facilities —protection of .........., 4.3. 6.20
Underground Facil:ties—shown or indicated ........ 4.3.1
Unit -Price Work —definition of .......................... 1
Unit Price Work —general ................. 11.9. 14.1. 14.5
Unit Prices ........................................ 11.3.1
Unit Prices. Determinations for ....................... 9.10
Use of Premises ... ............................. 6 16-6.18
Utility owners .......................... 6.13, 6.20. 7.2-7.3
Values. Schedule of . ....................... 2.6.'..9. 14.1
Variations in Work—Authcnzed ............ 6 25. 6.'_7.9.5
Visits to Site —by Engineer . ......................... 9.2
Waiver of Claims ---an Final Payment ...............
. 14.
Waiver of Rights by insured parties .............
5.10. 6.
Warranty and Guaranlce—by Contractor .............13
16
II
.1
4.3
2
7
29
5
0
5
.2
14
.5
-4
I
I
I
I
1
I
1
1
I
I
I
I
1
I
I
1
I
I
I
I
I
I
I
I
1,
GENERAL CONDITIONS
ARTICLE I -DEFINITIONS
Wherever used in these General Conditions or in the other
Contract Documents the following terms have the meanings
indicated which are applicable to both the singular and plural
thereof
Addenda —Written or graphic instruments issued prior to the
opening of Bids which clarify, correct or change the bidding
documents or the Contract Documents,
Agreement The written agreement between OWNER and
CONTRACTOR covering the Work to be performed; other
Contract Documents are attached to the Agreement and made
a part thereof as provided therein.
Application for Payment —The form accepted by ENGI-
NEER which is to be used by CONTRACTOR in requesting
progress or final payments and which is to include such sup-
porting documentation as is required by the Contract
Documents.
Bid —The offer or proposal of the bidder submitted on the
prescribed form setting forth the prices for the Work to be
performed.
Bonds —Bid, performance and payment bonds and other
instruments of security.
Change Order —A document recommended by ENGINEER.
which is signed by CONTRACTOR and OWNER and autho-
rizes an addition, deletion or revision in the Work, or an
adjustment in the Contract Price or the Contract Time, issued
on or after the Effective Date of the Agreement.
Contract Documents —The Agreement, Addenda (which per-
tain to the Contract Documents), CONTRACTOR's Bid
(including documentation accompanying the Bid and any post -
Bid documentation submitted prior to the Notice of Award)
when attached as an exhibit to the Agreement, the Bonds,
these General Conditions, the Supplementary Conditions, the
Specifications and the Drawings as the same are more spe-
cifically identified in the Agreement, together with all amend-
ments, modifications and supplements issued pursuant to
paragraphs 3.4 and 3.5 on or after the Effective Date of the
Agreement.
Contract Price —The moneys payable by OWNER to CON-
TRACTOR under the Contract Documents as stated in the
Agreement (subject to the provisions of paragraph 11.9.1 in
the case of Unit Price Work).
defective. —An adjective which when modifying the word Work
refers to Work that is unsatisfactory, faulty or deficient, or
does not conform to the Contract Documents, or does not
meet the requirements of any inspection, reference standard,
test or approval referred to in the Contract Documents, or
has been damaged prior to ENGINEER's recommendation
of final payment (unless responsibility for the protection thereof
has been assumed by OWNER at Substantial Completion in
accordance with paragraph 14.8 or 14.10).
Drawings —The drawings which show the character and scope
of the Work to be performed and which have been prepared
or approved by ENGINEER and are referred to in the Con-
tract Documents.
Effective Date of tire Agreement —The date indicated in the
Agreement on which it becomes effective, but if no such date
is indicated it means the date on which the Agreement is
signed and delivered by the last of the two parties to sign and
deliver.
ENGINEER —The person, firm or corporation named as such
in the Agreement.
Field Order —A written order issued by ENGINEER which
orders minor changes in the Work in accordance with para-
graph 9.5 but which does not involve a change in the Contract
Price or the Contract Time.
General Requirements —Sections of Division I of the Speci-
fications.
Laws and Regulations; Laws or Regulations —Laws, rules,
regulations, ordinances, codes and/or orders.
Notice of Award —The written notice by OWNER to the
apparent successful bidder stating that upon compliance by
the apparent successful bidder with the conditions precedent
enumerated therein, within the time specified, OWNER will
sign and deliver the Agreement.
Notice to Proceed —A written notice given by OWNER to
CONTRACTOR (with a copy to ENGINEER) fixing the date
on which the Contract Time will commence to run and on
which CONTRACTOR shall start to perform CONTRAC-
TOR'S obligations under the Contract Documents.
OWNER —The public body or authority, corporation, asso-
ciation, firm or person with whom CONTRACTOR has entered
into the Agreement and for whom the Work is to be provided.
Partial Utilization —Placing a portion of the Work in service
for the purpose for which it is intended (or a related purpose)
before reaching Substantial Completion for all the Work.
Project —The total construction of which the Work to be
Contract Time —The number of days (computed as provided provided under the Contract Documents may be the whole,
in paragraph 17.2) or the date stated in the Agreement for the or a part as indicated elsewhere in the Contract Documents.
completion of the Work.
' CONTRACTOR —The person, firm or corporation with whom
OWNER has entered into the Agreement.
Resident Project Representative —The authorized represen-
tative of ENGINEER who is assigned to the site or any part
thereof.
1
lI
Shop Drawings —All drawings, diagrams, illustrations,
schedules and other data which are specifically prepared by
or for CONTRACTOR to illustrate some portion of the Work
and all illustrations, brochures, standard schedules. perfor-
mance charts, instructions, diagrams and other information
prepared by a Supplier and submitted by CONTRACTOR to
illustrate material or equipment for some portion of the Work.
Specifications —Those portions of the Contract Documents
consisting of written technical descriptions of materials,
equipment, construction systems, standards and workman-
ship as applied to the Work and certain administrative details
applicable thereto.
Subcontractor —An individual, firm or corporation having a
direct contract with CONTRACTOR or with any other Sub-
contractor for the performance of a part of the Work at the
site.
Substantial Completion —The Work fora specified part thereof)
has progressed to the point where, in the opinion of ENGI-
NEER as evidenced by ENGINEER's definitive certificate
of Substantial Completion. it is sufficiently compete, in
accordance with the Contract Documents, so that the Work
(or specified part) can be uti:ized for the purposes for which
ills intended; or if there be no such certificate issued. when
final payment is due in accordance with paragraph 1.13. The
terms "substantially complete" and "substantially com-
pleted" as applied to any Work refer to Substantial Comp,e-
Son thereof.
Supplementary Conditions —The part of the Contract Docu-
ments which amends or suppiemenis these General Condi-
tions.
Supplier —A manufacturer, fabricator, supplier, distributor
materialman or vendor.
Underground Facilities —All pipe;ines. conduits. ducts, cables.
wires, manholes, vauits, tanks, lunne!s orother such facilities
or attachments, and any encasements containing such facil-
ities which have been installed underground to furnish any of
the following services or materials: electricity, gases, sleam,
liquid petroleum products, telephone or other communica-
tions, cable television, sewage and drainage removal, traffic
or other control systems or water.
Unit Price Work —Work to he paid for on the basis of unit
prices.
Work—The entire completed construction or tie various sep-
arately dentifiobic paris thereof required to re furni+het
under the Contract Documents, Work is the rc•u.t of per-
forming sen ices, furnishing labor and furnishing and incor-
poraling maienals and equipment into the conitiuction.:ii
as required by the Contract Documents.
Work Direr live Change —.A written directive to CONTRAC-
TOR. issued on or after the Effective Date of the Agreement
and signed by OWNER and recommended by ENGINEER.
ordering an addition, de!etion or revision in the Work, or
responding to differing or unforeseen physical conditions under
which the Work is to be performed as provided in paragraph
4.2 or 4.3 or to emergencies inder paragraph 6.22. A Work
Directive Change may not change the Contract Pnce or the
Contract Time, but is evidence that the parties expect That
the change directed or documented by a Work Directive
Change will be incorporated in a subsequently issued Change
Order following negotiations by the parties as to its effect, if
any, on the Contract Price or Contract rime as provided in
paragraph 10.2.
R'rrteen Amendment —A written amendment of the Contrail
Documents, signed by OWNER and CONTRACTOR on or
after the Effective Dale of the Agreement and normally deal-
ing with the nonengtnecring or nontechnical rather than strictly
Work -related aspects of the Contract Documents.
(Additions; Sc-:)
ARTICLE 2 —PRELIMINARY MATTERS
Delivery of Bonds:
2.1. When CONTRACTOR delisers the executed Agree-
ments to OWNER. CONTRACTOR shat! also deliver to
OWNER such Bonds as CONTRACTOR may be required to
furnish in accordance with paragraph 5.1.
Copies of Documents:
2.2. OWNER shall furnish to CONTRACTOR up to ten
copies (or.less otherwise specified in the Supalementary Con-
dilions) of the Contract Documents as are reasonably nec-
essa.-y for the execution of the Work. Additional copies will
be furnished, upon request. at the cost of reproduction.
(Addition; SC -2.2)
Commencement of Contract Time; Naiice to Proceed:
2.3. The Contract Time will commence to run on the
thirtieth day after the Effective Date of the Agreement. or. if
a Notice to Proceed is given, on the day indicated in the
Notice to Proceed. A Notice to Proceed may be given at any
time within thirty days after the Effectise Date of the Agree-
ment. In no event wil! the Contract Time commence to run
tater Than the seventy-fifth coy after the day of Bid opening
or the thirtieth day after the Effective Date of the Agreement,
whichever date is earlier
Starting the Project:
2.4. CI)NTRAC.'OR shall ,tau to perlorm the Work on
the case when tic Contract Time commences to run. but no
Work ,hull he done al the Nile prior to ire J..tc or sshich the
Contract Time ♦ommences to run.
Before Starting (oneeruennn:
2.5. Bchi-c undcnnkmg each part of the Work. CON.
TRACTOR shat I carefully study and comcure the ('oniracl
Documents end check and senfy pertinent figures shown
tZ'
i
I
I
I
I
I
I]
I
I
I
I
I
I
thereon and all applicable field measurements. CONTRAC-
TOR shall promptly report in writing to ENGINEER any
conflict, error or discrepancy which CONTRACTOR may
discover and shall obtain a written interpretation or clarifi-
cation from ENGINEER before proceeding with any Work
affected thereby; however, CONTRACTOR shall not be lia-
ble to OWNER or ENGINEER for failure to report any
conflict, error or discrepancy in the Contract Documents,
unless CONTRACTOR had actual knowledge thereof or should
reasonably have known thereof.
2.6. Within ten days after the Effective Date of the Agree-
ment (unless otherwise specified in the General Require-
ments), CONTRACTOR shall submit to ENGINEER for
review:
2.6.1. an estimated progress schedule indicating the
starting and completion dates of the various stages of the
Work;
2.6.2. a preliminary schedule of Shop Drawing sub-
missions, and
• 2.6.3. a preliminary schedule of values for all of the
Work which will include quantities and prices of items
aggregating the Contract Price and will subdivide the Work
into component parts in sufficient detail to serve as the
basis for progress payments during construction. Such
prices will include an appropriate amount of overhead and
profit applicable to each item of Work which will be con-
firmed in writing by CONTRACTOR at the time of sub-
mission.
2.7. Before any Work at the site is started, CONTRAC-
TOR shall deliver to OWNER, with a copy to ENGINEER,
certificates (and other evidence of insurance requested by
OWNER) which CONTRACTOR is required to purchase and
maintain in accordance with paragraphs £3 and 5.4 . aSt9
a49tYflff/9h11oWI5N (SC -2.7)
Preconstruction Conference:
2.8. Within twenty days after the Effective Date of the
Agreement, but before CONTRACTOR starts the Work at
the site, a conference attended by CONTRACTOR, ENGI-
NEER and others as appropriate will be held to discuss the
schedules referred to in paragraph 2.6. to discuss procedures
for handling Shop Drawings and other submittals and for
processing Applications for Payment. and to establish a working
understanding among the parties as to the Work.
Finalizing Schedules:
2.9. At least ten days before submission of the first Appli-
cation for Payment a conference attended by CONTRAC-
TOR. ENGINEER and others as appropriate will be held to
finalize the schedules submitted in accordance with para-
graph 2.6. The finalized progress schedule will be acceptable
to ENGINEER as providing an orderly progression of the
Work to completion within the Contract Time, but such
acceptance will neither impose on ENGINEER responsibility
for the progress or scheduling of the Work nor relieve CON-
TRACTOR from full responsibility therefor. The finalized
schedule of Shop Drawing submissions will be acceptable to
ENGINEER as providing a workable arrangement for pro-
cessing the submissions. The finalized schedule of values will
be acceptable to ENGINEER as to form and substance.
ARTICLE 3 —CONTRACT DOCUMENTS: INTENT,
AMENDING, REUSE
Intent:
3.1. The Contract Documents comprise the entire agree-
ment between OWNER and CONTRACTOR concerning the
Work. The Contract Documents are complementary; what is
called for by one is as binding as if called for by all. The
Contract Documents will be construed in accordance with
the law of the place of the Project.
3.2. It is the intent of the Contract Documents to describe
a functionally complete Project (or part thereof) to be con-
structed in accordance with the Contract Documents. Any
Work, materials or equipment that may reasonably be inferred
from the Contract Documents as being required to produce
the intended result will be supplied whether or not specifically
called for. When words which have a well-known technical
or trade meaning are used to describe Work, materials or
equipment such words shall be interpreted in accordance with
that meaning. Reference to standard specifications, manuals
or codes of any technical society, organization or association,
or to the Laws or Regulations of any governmental authority,
whether such reference be specific or by implication, shall
mean the latest standard specification, manual, code or Laws
or Regulations in effect at the time of opening of Bids (or, on
the Effective Date of the Agreement if there were no Bids),
except as may be otherwise specifically stated. However, no
provision of any referenced standard specification, manual
or code (whether or not specifically incorporated by reference
in the Contract Documents) shall be effective to change the
duties and responsibilities of OWNER. CONTRACTOR or
ENGINEER, or any of their consultants, agents or employ-
ees from those set forth in the Contract Documents, nor shall
it be effective to assign to ENGINEER, or any of ENGI-
NEER's consultants, agents or employees, any duty or
authority to supervise or direct the furnishing or performance
of the Work or any duty or authority to undertake responsi-
bility contrary to the provisions of paragraph 9.15 or 9.16.
Clarifications and interpretations of the Contract Documents
shall be issued by ENGINEER as provided in paragraph 9.4.
3.3. If, during the performance of the Work, CONTRAC-
TOR finds a conflict, error or discrepancy in the Contract
Documents. CONTRACTOR shall so report to ENGINEER
in writing at once and before proceeding with the Work affected
thereby shall obtain a written interpretation or clarification
I
9
from ENGINEER: however. CONTRACTOR shall not be
liable to OWNER or ENGINEER for failure to report any
conflict, error or discrepancy in the Contract Documents
unless CONTRACTOR had actual knowledge thereof or should
reasonably have known thereof.
Amending and Supplementing Contract Documents:
3.4. The Contract Documents may be amended to pro-
vide for additions, deletions and revisions in the Work or to
modify the terms and conditions thereof in one or more of
the following ways:
3.4.1. a formal Written Amendment.
3.4.2. a Change Order (pursuant to paragraph 10.4),
or
3.4.3.
a Work
Directive Change
(pursuant to para-
graph
10.1).
As indicated in paragraphs 11.2 and 12.1, Cortraci Price and
Contract Time may on:y be changed by a Change Order or a
Written Amendment.
3.5. In addition, the requirements of the Contract Docu-
ments may be supplemented. and minor variations and devia-
tions in the Work nay he authorized, in one or more of the
following ways:
3.5.1. a Field Order (pursuant to paragraph 9.5)
3.5.2 ENGINEER's approval of a Shop Drawing or
sample (pursuant to paragraphs 6.26 and 6.2'), or
3.5.3. ENGINEER's written interpretation or c:arifi
cation (pursuant to paragraph 9.4).
Reuse of Documents:
3.6, Neither CONTRACTOR nor any Subcontractor or
Supp:ier or other person or organization performing or fur-
nishing any of the Work under a direct or indirect contract
with OWNER shall have or acquire any title to or ownership
rights to any of the Drawings, Specifications or ether docu-
ments (or copies of any thereof) prepared by or bearing the
seal of ENGINEER: and they shall not reuse any of them on
extensions of the Protect or any other protect without written
consent of OWNER and ENGINEER and specific written
verification or adaptation by ENGINEER.
ARTICLE -f---AVA)LAI3!I.ITY OF LANDS: PHYSICAL
CONDITION'S: REFERENCE POINTS
A railability of Lands:
4.l- OWNER shall furnish, as indicated in the Contract
Docurr,cnts, :he lands upon which the Work is to he per.
formed. rights -of -way and easements for access thereto, and
such other lands which arc des:gnated for the use of CON-
TRACTOR. Easements for pernanenl structures or perma-
nent changes in existing facdnies wLl be obtained and paid
for by OWNER. unless otherwise provided in the Contract
Documents. If CONTRACTOR believes that any delay in
OWNER's furnishing These lands. rights-cf-way or ease-
ments entitles CONTRACTOR to an extension of the Con-
tract Time. CONTRACTOR may mane a claim therefor as
provided in Article 12, CONTRACTOR shall provide for a!I
additional lands and access thereto that may be required for
temporary construction facilities or storage of materials and
equipment.
Physical Conditions:
4.2.t. Es'ploraiions and Reports: Reference is made
to the Supplementary Conditions.for ideni iPwatior. of those
reports of explorations and tests of subsurface conditions
at the site that have been utilized by ENGIN EER in prep-
aration of the Contract Documents. CONTRACTOR may
rely upon the accuracy of the technical data contained in
such reports, but not upon nontechnical data. interpreta-
tions or ep,nions contained therein or for the completeness
thereof for CONTRACTOR's purposes. Except as indi-
cated in the immediately preceding sentence and in para-
graph 4.2-6. CONTRACTOR shall have full responsibility
with respect to subsurface conditions at the site.
(Addition; SC -4.2.1)
4.2 2. Existing ,Structures: Reference is made to the
Supplementary Conditions for identification of those
drawings of physical conditions in or relating to existing
surface and subsurface structures (except Underground
Facilities referred to in paragraph 4.3) which are at or
contiguous to the site that have been utilized by ENGI-
NEER in preparation of the Contract Documents. CON-
TRACTOR may rely upon the accuracy of the technical
data contained in such drawings. but not for the complete-
ness thereof for CONTRACTOR's purposes. Except as
indicated in the immediately preceding sentence and in
paragraph 4.2-6, CONTRACTOR shall have full respon-
sibility with respect to physical conditions in or relating
to such structures.
4 2.3. Report of Differing Conditions: If CONTRAC-
TOR believes that:
4.2.3.1. any technical data on which CONTRAC.
TOR is entitled to rely as provided in paragraphs 4.2.1
and a 2.2 is inaccurate, or
4.2.3 2. any physical cond'lton uncovered or
revealed a: the ,:Ie d.lfe:s materially from that mdi.
cared, reflected or referred to in the Contract Docu-
menr,.
CONTRACTOR shall, proirptl) after becoming aware
thereof :.nd before performirg any Work in conneca'on
(hcrew:ih fexcep! in an emergency as permitted by para.
graph 6.22). notify OWNER and ENGINEER in wnt!ng
about tie rraccuracy or cdTerence.
I
I
10
I
I
I
[1
I
C
'H
I
I
I
I
Li
I
I
4.2.4. £NGINEER's Review: ENGINEER will
promptly review the pertinent conditions, determine the
necessity dfobtaining additional explorations or tests with
respect thereto and advise OWNER in writing (with a copy
to CONTRACTOR) of ENGINEER's findings and con-
clusions.
4.2.5. Pdisible Document Change: If ENGINEER
concludes that there is a material error in the Contract
Documents that because of newly discovered condi-
tions a change in the Contract Documents is required, a
Work Diredlive Change or a Change Order will be issued
as providefin Article 10 to reflect and document the
consequentt€sof the inaccuracy or difference.
4.2.6. Pdisible Price and Time Adjustments: In each
such case, 11bincrease or decrease in the Contract Price
or an extenslbh or shortening of the Contract Time, or any
combination thereof, will be allowable to the extent that
they are attributable to any such inaccuracy or difference.
If OWNER and CONTRACTOR are unable to agree as to
the amount or length thereof, a claim may be made therefor
as provided in Articles II and 12.
Physical Conditions —Underground Facilities:
4.3.1. Shown or Indicated: The information and data
shown or indicated in the Contract Documents with respect
to existing U'pderground Facilities at or contiguous to the
site is based on information and data furnished to OWNER
or ENGINEER by the owners of such Underground Facil-
ities or by o'4hers. Unless it is otherwise expressly pro-
vided in the Supplementary Conditions:
4.3.1.1, OWNER and ENGINEER shall not be
responsible for the accuracy or completeness of any
such information or data; and,
4.3.1.2.., CONTRACTOR shall have full responsi-
4.
bility for reviewing and checking all such information
and data, for locating all Underground Facilities shown
or indicated in the Contract Documents, for coordina-
tion of the Work with the owners of such Underground
Facilities during construction, for the safety and pro-
tection thereof as provided in paragraph 6.20 and
repairing any damage thereto resulting from the Work,
the cost of all of which will be considered as having
been included in the Contract Price.
4.3.2. Not Shown or Indicated. If an Underground
Facility is uncovered or revealed at or contiguous to the
site which was not shown or indicated in the Contract
Documents and which CONTRACTOR could not reason-
ably have been expected to be aware of. CONTRACTOR
shall, promptly after becoming aware thereof and before
performing any Work affected thereby (except in an emer-
gency as permitted by paragraph 6.22). identify the owner
of such Underground Facility and give written notice thereof
to that owner and to OWNER and ENGINEER. ENGI-
NEER will promptly review the Underground Facility to
determine the extent to which the Contract Documents
should be modified to reflect and document the conse-
quences of the existence of the Underground Facility, and
the Contract Documents will be amended or supplemented
to the extent necessary. During such time, CONTRAC-
TOR shall be responsible for the safety and protection of
such Underground Facility as provided in paragraph 6.20.
CONTRACTOR shall be allowed an increase in the Con-
tract Price or an extension of the Contract Time, or both,
to the extent that they are attributable to the existence of
any Underground Facility that was not shown or indicated
in the Contract Documents and which CONTRACTOR
could not reasonably have been expected to be aware of.
If the parties are unable to agree as to the amount or length
thereof, CONTRACTOR may make a claim therefor as
provided in Articles II and 12.
Reference Points:
4.4. OWNER shall provide engineering surveys to estab-
lish reference points for construction which in ENGINEER's
judgment are necessary to enable CONTRACTOR to proceed
with the Work. CONTRACTOR shall be responsible for lay-
ing out the Work (unless otherwise specified in the General
Requirements), shall protect and preserve the established
reference points and shall make no changes or relocations
without the prior written approval of OWNER. CONTRAC-
TOR shall report to ENGINEER whenever any reference
point is lost or destroyed or requires relocation because of
necessary changes in grades or locations, and shall be respon-
sible for the accurate replacement or relocation of such ref-
erence points by professionally qualified personnel.
ARTICLE 5 —BONDS AND INSURANCE
Performance and Other Bonds:
5.1. CONTRACTOR shall furnish performance and pay-
ment Bonds, each in an amount at least equal to the Contract
Price as security for the faithful performance and payment of
all CONTRACTOR's obligations under the Contract Docu-
ments. These Bonds shall remain in effect at least until one
year after the date when final payment becomes due, except
as otherwise provided by Law or Regulation or by the Con-
tract Documents. CONTRACTOR shall also furnish such
other Bonds as are required by the Supplementary Condi-
tions. All Bonds shall be in the forms prescribed by Law or
Regulation or by the Contract Documents and be executed
by such sureties as are named in the current list of "Com-
panies Holding Certificates of Authority as Acceptable Sure-
ties on Federal Bonds and as Acceptable Reinsuring Com-
panies" as published in Circular 570 (amended) by the Audit
Staff Bureau of Accounts. U.S. Treasury Department. All
Bonds signed by an agent must be accompanied by a certified
copy of the authority to act.
(Addition; SC -5.1.1)
5.2. If the surety on any Bond furnished by CONTRAC-
TOR is declared a bankrupt or becomes insolvent or its right
to do business is terminated in any state where any pan of
I
II
II
the Project is located or it ceases to meet the requirements
of paragraph 5.1, CONTRACTOR shall within fve dais
thereafter substitute another Bond and Surety, both of which
must be acceptable to OWNER.
Contractor's Liability Insurance:
5.3. CONTRACTOR shall purchase and maintain such
comprehensive general liability and other insurance as is
appropriate for the Work being performed and furnished and
as will provide protection from claims set forth below which
clay arise out of or result from CONTRACTOR's perfor-
mance and furnishing of the Work and CONTRACTOR's
other obligations under the Contract Documents. whether it
is to be performed or furnished by CONTRACTOR. by any
Subcontractor, by anyone directly or indirectly employed by
any of them to perform or furnish any of the Work, or by
anyone for whose acts any of them may be liable:
(Addition; SC -5.3)
5.3.1. Claims under workers' or workmen's compen-
sation. disability benefits and ocher similar employee ben-
efit acts;
5.3.2. Claims for damages because of bodily injury.
occupational sickness ordisease, or death of CONTRAC•
TOR's employees;
5.3.3. C:aims for damages because of bod:ly injury.
sickness or disease, or death of any person other than
CONTRACTOR's employees;
5.3.4. Claims for damages insured by persona. injury
liability coverage which are sustained (a) by any person
as a result of an offense directly or indirectly related to
the employment of such person by CONTRACTOR, or
(b) by any other person for any other reason;
5.3.5. Claims for damages, other than to the Work
itself, because of injury to ordeslydctlon of tangible prop-
erty wherever located, including loss of use reswnng
Therefrom;
5.3.6. Claims arising out of operation of Laws or Reg-
ulations for damages because of bodily injury or death of
any person or for damage to property: and
5.3.7. Claims for damages because of bodily IiCury or
death of any person or property damage arising cu a of the
ownership, maintenance ur use of any motor %chicle.
The insurance requ:red ny this paragraph 5,3 shall include
the sp eclhc coverages and he written for not less rh..n the
limns of l,ahilicy .end cc era cc, pros lded in lie Sappl: mcn.
tarp Conditicin, or regt.iced by law, s, hrhes er n realer.
The co'npr;her-,ise percrat Valid t7 insurance shad ir. Ind,
comI:tcd opera:-uns :murancc. Al of Inc pol.sics dl ir.sr l-
ance ,d regJlred Ia be pJt Cha•ed and rimnialllcj or tr e
certClcare' or at her evidence Incrcclt shah coni n a prJei-
ron or endorsement that the coserape afforded cols not rc
carce,lcd. materially charged or renewal relused until at least
thirty days' prior written notice has beer. given to OWNER
and ENGINEER by certified mail. Ali such insurance shall
remain in effect until final pay rent and at all limes thereafter
when CONTRACTOR may he correcting. removing or
replacingdefecrire Wcrk in accordance with paragraph 13.12.
In addition. CONTRACTOR shall mairmin such completed
operations insurance for al least two years after f nal pavmenl
and furnish OWNER with evidence of continuation of such
insurance at final payment and one year thereafter,
Contractual Liabiliq Insurance:
5.4. The compreiensivegeneral liabi:ityinsurance required
by paragraph _s.3 will include contractual habi.ity insurance
applicable to CONTRACTOR'sob:igations under paragraphs
6.30 and 6,31.
Owner's Liability insurance: (ReDi acerent;
Ills!/b1t1 4�/�►(aillSd/rfs(, tSSC5.c).01.,Gliddw
,fo"oov/9KHO'b/6>id/Ns1;''UcY/HVVVielh4y/h.
9Iv4;`CA 'li/Ploy•VIAOOAe/;9W�¢NNYdIfeift/st�sfrl
fl/HY ' Y�rPtch/P gR6Y; i fJar {rit> )iA$Aa iA1
VV -71 YPrs"9y YikF/MAIIiy�P>i PN
ropem•Insurann: (RepIacenerlts;
SC -E.5; SC -5.7)
.6. Unless otherwise provided in the Supplements
Co iti ns. OWNER shall purchase and mairan prop rty
insur, ce upon :he 11'or; at the sue Co the fall ir.surabie aloe
thereo. \subject Co such. deductrhle am.oun:s as mar/c pro-
vided :n tic Supplementary Condit:ors or require4#4y Laws
and Regu Lions). This insurance sha I irclucc t e interests
ofOWNER CONTRACTOR. Suhcociractors NGINEER
and ENGINE• -R's ecnsu'lants it.. the Work, of whom shall
be listed asinsi edsoraddl:iona,insured p ties. shall,nsure
against the pen of fire and extended verage and shall
include ''al risk' insurance for ph ys al loss and damage
includirg theft, van alism and make us mixnief, collapse
and water carnage. a such other rill as may he provided
in the Supp,ementary C rdit:ons. rid snail include damages,
losses and expensesarsi outor%rresultingfromanyinsured
loss or incurred in the rep it r replacement of any insured
prepeny (including but ro ,tuned :o fees and charges of
engineers, architects, an ne s and other prolassionals). If
not cosered under the'' I risk .nsurance or otherwise pro-
vided in the SLpr leme : ray C onm. tins. CONTRACTOR snail
purchase:, nd:nair la isim:lar prop iv in stir arice on port .ons
af:be Work store el and off rte su ,v in Trance when such
rot trans of Inc \ ,-k :.re ice rc inzr,i,L in ❑n Arr i auon far
[ d' 1lcn:.
57. O\ NI.R ,hall rurzhascanj run,1 ,Idi Rn,cr and
M. Ichmar incur:,ntc i i a,di:•nr.iI rrnrcrly • ar,mce as nt.,s
he regl red h+ Ilia SurplLmen ..t } i and to;+ns Jr Laws a
Re',. nton, nh.cn tsr!i inc u,.e :!IC in•erc,rs , DV. NLR,
CO TRACTOR, Suhcontra:tors. L\GINI. iR AND
!= G;NI-ER's sun,ulrant,, n the \P,,rk, ill of,s Got. snall he
sEed as Ins,, red or addu wna: Insured pare cs.
I
Li
I
I
I
I
l!
I
I
12
I
I
(Replacement;
SC -5.8)
All the policies of insurance (or the certificates
other a cc thereof) required to be purchase main-
tained by O in accordance with phs 5.6 and
t
will contain a pro ore ment that the coverage
rded will not be can aterially changed or renewal
sed until at irty days'pn 'tten notice has been
n TRACTOR by certified mat will contain
ver provisions in accordance with paragraph
' 5.9. OWNER shall not be responsible for purchasing and
maintaining any property insurance to protect the interests
of CONTRACTOR, Subcontractors or others in the Work to
the extent of any deductible amounts that are provided in the
Supplementary Conditions. The risk of loss within the
deductible amount, will be borne by CONTRACTOR, Sub-
contractor or others suffering any such loss and if any of them
wishes property insurance coverage within the limits of such
amounts, each may purchase and maintain it at the purchas-
er's own expense.
(Replacement; SC -5.10)
S.
If CONTRACTOR requests in writing thapThEr
specie rance be included in the property i nee pol-
icy, OWNS . if possible, include insurance, and
the cost thereof will rged Q TRACTOR by appro-
I. priate Change Order or mendment. Prior to com-
mencement of th rk at the site, ER shall in writing
advise C ACTOR whether or not sue er insurance
en procured by OWNER.
Waiver of Rights:
5.11.1. OWNER and CONTRACTOR waive all rights
• against each other for all losses and damages caused by
• any of the perils covered by the policies of insurance
provided in response to paragraphs 5.6 and 5.7 and any
I. other property insurance applicable to the Work, and also
waive all such rights against the Subcontractors, ENGI-
• NEER, ENGINEER's consultants and all other parties
named as insureds in such policies for losses and damages
so caused. As required by paragraph 6.11, each subcon-
tract between CONTRACTOR and a Subcontractor will
contain similar waiver provisions by the Subcontractor in
favorofOWNER, CONTRACTOR, ENGINEER, ENGI-
NEER's consultants and all other parties named as insureds.
None of the above waivers shall extend to the rights that
• any of the insured parties may have to the proceeds of
' insurance held by OWNER as trustee or otherwise pay-
able under any policy so issued.
5.11.2. OWNER and CONTRACTOR intend that any
policies provided in response to paragraphs 5.6 and 5.7
shall protect all of the parties insured and provide primary
coverage for all losses and damages caused by the perils
covered thereby. Accordingly, all such policies shall con-
tain provisions to the effect that in the event of payment
of any loss or damage the insurer will have no rights of
recovery against any of the parties named as insureds or
' additional insureds, and if the insurers require separate
waiver forms to be signed by ENGINEER or ENGI-
NEER's consultant OWNER will obtain the same, and if
13
such waiver forms are required of any Subcontractor,
CONTRACTOR will obtain the same.
(Replacements;
Receipt and App c! of Proceeds: SC -5 14) SC -5.13;
2. Any insuYe, loss under the policies of insura e
requi d by parag)tO05.6 and 5.7 will be adjuste ith
OWNS and made pay.ihie to OWNER as truste or the
insureds, heir interests nay appear, subject to e require-
ments of an pplicable nior age clause and paragraph
5.13. OWNER all deposi( in a separate ace nt any money
so received, and all distribute it in ace dance with such
agreement as the r.•'a interest in reach. If no other
special agreement is ched the d aged Work shall be
repaired or replaced. th money so received applied on
account thereof and the W a the cost thereof covered
by an appropriate Change Or or Written Amendment.
5.13. OWNER as tru ee shall ve power to adjust and
settle any loss with th nsurers unles one of the parties in
interest shall object ' writing within fi en days after the
occurrence of los to OWNER's exercise (this power. If
such objection made. OWNER as trustee all make set-
tlement with e insurers in accordance with suc agreement
as the p " sin interest may reach. If required in "ring by
any pa in interest, OWNER as trustee shall, u n the
occu nee of an insured loss, give bond for the prope er-
fo ance of such duties.
Acceptance of Insurance:
4. If OWNER has any objection to the coverage affor
by or her provisions of the insurance rcgcired to be ur-
chased a maintained by CONTRACTOR in ace dance
with paragr hs 5.3 and 5.4 on the basis of its not mplying
with the Cont cc Documents. OWNER shall otify CON-
TRACTOR in w ' ing thereof within ten da of the date of
delivery of such ce 'ficates to OWNER i accordance with
paragraph 2.7. If CO RACTOR has y objection to the
coverage afforded by o they prov' ons of the policies of
insurance required to be pu sed d maintained by OWNER
in /rdraance with paragrap .6 and 5.7 on the basis of
thcomplying with th tract Documents, CON-
TRR shall notify O ER in riting thereof within ten
dathe date of de . cry of suc ertificates to CON-
TRR in actor cc with paragrap 2.7 .OWNER andCOCTOR s II each provide to the ther such addi-
tioormati in respect of insurance pr ded by eachas er y reasonably request. Failure by W N ER orCOOR to give any such notice of objecti withintherovided shall constitute acceptance of such ' sur-
anhased by the other as complying with the Cont ctDots.
Partial Ulili;.ation—Property Insurance:
5.15. If OWNER finds it necessary to occupy or use a
portion or portions of the Work prior to Substantial Comple-
tion of all the Work, such use or occupancy may be accom-
plished in accordance with paragraph 14.10; provided that no
such use or occupancy shall commence before the insurers
providing the property insurance have acknowledged notice
thereof and to writing effected the changes in coverage neces-
sitated (hereby. The insurers providing the property insur-
ance shall consent by endorsement on the policy or policies,
but the property ;nsurance shall not be cancelled or lapse on
account of any such partial use or occupancy.
ARTICLE 6 --CONTRACTOR'S RESPONSIBILITIES
Supervision and.Superintendence:
6.1. CONTRACTOR shall supervise and direct the Work
competently and efficiently, devoting such attention thereto
and applying such skills and expertise as may be necessary
to perform the Work in accordance with the Contract Doc-
uments. CONTRACTOR shall be solely responsible for the
means, methods, techniques. sequences and procedures of
construction, but CONTRACTOR shat: not he responsible
for the negligence of others in the design or se!ection of a
specific means, method. technique, sequence or procedure
of construction which is indicated in and required by the
Contract Documents. CONTRACTOR shall be responsible
to see that the finished Work complies accurately with the
Contract Documents.
6.2. CONTRACTOR shall keep on the Work at all time'
during its progress a competent resident bunerinlenden, w ho
shall not he replaced without written notice to OWNER and
ENGINEER except under extraordinary circumstances. 7 he
superintendent will he CONTRACTOR's rep rescntativc at
the site and shall have authority to act on behalf of CON-
TRACTOR. All commumcaticns given to the superintendent
sha:1 be as binding as if given to CONTRACTOR.
Labor, -'laterals and Equipment:
6.3. CONTRACTOR sha!l provide competent. suitably
qualified personnel to survey and lay out the Work and per-
form construction as required by the Contract Documents.
CONTRACTOR shall at all times maintain good discipline
and order at the site. Except in connection with :he safety or
protection of persons or the Work or property at the site or
adjacent thereto, and except as otherwise indicated in the
Contract Documents, all Work at the site shall he performed
during regular working hours, and CONTRACTOR will not
permit overtime work or the performance of Work on Sat-
urday, Sunday or any legal holiday without OWNER', writ-
ten consent given after pr.or written rotice to ENGINEER.
6.4. Chless o:herwise specified in the General Regi.irc-
ments, CONTRACTOR shall furnish and assume luli !espon-
sibi,tly far all materials, equipment. Bihar, tr:mspnrl;dior1.
constructu:n eguinmert and machinery. tools. appl.;.nces.
fuel. power, light. heal. l&ephone, water, sanitary rucii ties.
temporan facilities and all other fac,bues and incrden:als
necessary for the furnisrurg. performance, testing, stars -u
and completion of the Work,
6.$, All n-.atenals and cgui^mcnt shall he of good qt-a�ity
and new. except as otherwise nrovided in :he Carlraci Doc-
uments. If requi'W by ENGINEER. CONTRACTOR shall
furnish sansfaci cjidence (inc.udmg reports of required
tests) as to the ki,id :„73t"a qua:ily of materials and equipment.
Al! materials and coutpg,enshat: he applied. insta:led. con-
nected. erected. used, tiea+ted and conditioned ;n accordance
with the instructions of :he applicable Supplier except as
otherwise provided in the Contract Documents: but no pro-
vision of any such instruction, will he effective to assign to
ENGINEER, or any of ENGINEER'S consultants. agents or
employees, any duly or authority Co supervise or direct the
furnishing orperfarmam the Work or any duty or author-
ity to undertake responsibuny contrary to the provisions of
paragraph 9.15 or 9-16.
Adjusting Progress Schedule:
6.6. CONTRACTOR shall submit to ENGINEER for
acceptance Ito the extent indicated :n paragraph 2.9) adjust-
ments in the progress schedule Co reflect tine impact thereon
of new developments; these will conform generally to the
progress schedule then in effect and additionally will comply
with any provisions of the General Requirements applicable
thereto.
Substitutes or "Or -Equal" hems. -
6.7.1 Whenever materials or equipmenl arc spec:hcd
or described in the Contract Documents by using the name
of a proprietary item s:r the name of a particu!at Sdpplier
the nam:ng of the item is intended to csiabtish the type,
functinnand quality required. Uness the name is followed
by words indicating that rn substilution is permitted,
materials or equipment of other Suppliers may be accepted
by ENGINEER if sufficient information is subm cited by
CONTRACTOR to allow ENGINEER to determine that
the material or equipment proposed is equiva,ent or equal
to that named. The procedure for review by ENGINEER
will include the following as supplemented in the General
Requirements. Requests for review of substitute items of
materat and equipment will not he accepted by ENGI-
NEER frorn anyone other than CONTRACTOR. If CON-
TRACTOR wishes to furnish or use a substitute item of
material or equipment. CONTRACTOR shall make wnt.
ten application to ENGINEER for acceptance thereof.
certifying that the proposed suh.stitule will perform ade-
quately the functions and achieve the results ca.led for by
the generai design, he ,titular and of equal substance 10
th❑t spoofed and he suicd to the same use as that spec-
ified. The appl•cuticn nil state that the e,alua:ion and
acceptance of the r reposed •uhstitute will not prejudice
C'OTRACIOR', achievement of Suhslannal Complc.
:inn on lime• wneiher or rot acceptance of the substtue
for use in the Work wdi require a chance in any of the
Contract Documcn:, (or in :he provisions of any other
direct conlract with O\\ NCR for work tin the PrOJet.0 to
aj.icl the design to the proposed suhsnlu:e and whether
or not incorporation or use of the %uhsuturc in cunnccnon
with the Work is soh-ect to payment of any license fee or
14
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
L
royalty. All variations of the proposed substitute from that
specified will be identified in the application and available
maintenance, repair and replacement service will be indi-
cated. The application will also contain an itemized esti-
mate of all costs that will result directly or indirectly from
acceptance of such substitute, including costs of redesign
and claims of other contractors affected by the resulting
change, all of which shall be considered by ENGINEER
in evaluating the proposed substitute. ENGINEER may
require CONTRACTOR to furnish at CONTRACTOR's
expense additional data about the proposed substitute.
6.7.2. Ifa specific means, method, technique, sequence
or procedure of construction is indicated in or required by
the Contract Documents, CONTRACTOR may furnish or
utilize a substitute means, method, sequence, technique
or procedure of construction acceptable to ENGINEER,
if CONTRACTOR submits sufficient information to allow
ENGINEER to determine that the substitute proposed is
equivalent to that indicated or required by the Contract
Documents. The procedure for review by ENGINEER
will be similar to that provided in paragraph 6.7.1 as applied
by ENGINEER and as may be supplemented in the Gen-
eral Requirements.
6.7.3. ENGINEER will be allowed a reasonable time
within which to evaluate each proposed substitute. ENGI-
NEER will be the sole judge of acceptability, and no
substitute will be ordered, installed or utilized without
ENGINEER's prior written acceptance which will be evi-
denced by either a Change Order or an approved Shop
Drawing. OWNER may require CONTRACTOR to fur-
nish at CONTRACTOR's expense a special performance
guarantee or other surety with respect to any substitute.
ENGINEER will record time required by ENGINEER
and ENGINEER's consultants in evaluating substitutions
proposed by CONTRACTOR and in making changes in
the Contract Documents occasioned thereby. Whether or
not ENGINEER accepts a proposed substitute, CON-
TRACTOR shall reimburse OWNER for the charges of
ENGINEER and ENGINEER's consultants for evaluat-
ing each proposed substitute.
Concerning Subcontractors, Suppliers and Others:
6.8.1. CONTRACTOR shall not employ any Subcon-
tractor, Supplier or other person or organization (including
those acceptable to OWNER and ENGINEER as indi-
cated in paragraph 6.8.2). whether initially or as a substi-
tute, against whom OWNER or ENGINEER may have
reasonable objection. CONTRACTOR shall not be required
•to employ any Subcontractor. Supplier or other person or
organization to furnish or perform any of the Work against
whom CONTRACTOR has reasonable objection.
6.8.2. If the Supplementary Conditions require the
identity of certain Subcontractors. Suppliers or other per-
sons or organizations (including those who are to furnish
the principal items of materials and equipment) to be sub-
mitted to OWNER in advance of the specified date prior
to the Effective Date of the Agreement for acceptance by
OWNER and ENGINEER and if CONTRACTOR has
submitted a list thereof in accordance with the Supple-
mentary Conditions, OWNER's or ENGINEER's accept-
ance (either in writing or by failing to make written objec-
(ion thereto by the date indicated for acceptance or objec-
tion in the bidding documents or the Contract Documents)
of any such Subcontractor, Supplier or other person or
organization so identified may be revoked on the basis of
reasonable objection after due investigation, in which case
CONTRACTOR shall submit an acceptable substitute, the
Contract Price will be increased by the difference in the
cost occasioned by such substitution and an appropriate
Change Order will be issued or Written Amendment signed.
No acceptance by OWNER or ENGINEER of any such
Subcontractor, Supplier or other person or organization
shall constitute a waiver of any right of OWNER or ENGI-
NEER to reject defective Work.
6.9. CONTRACTOR shall be fully responsible to OWNER
and ENGINEER for all acts and omissions of the Subcon-
tractors. Suppliers and other persons and organizations per-
forming or furnishing any of the Work under a direct or
indirect contract with CONTRACTOR just as CONTRAC-
TOR is responsible for CONTRACTOR's own acts and omis-
sions. Nothing in the Contract Documents shall create any
contractual relationship between OWNER or ENGINEER
and any such Subcontractor, Supplier or other person or
organization, nor shall it create any obligation on the part of
OWNER or ENGINEER to pay or to see to the payment of
any moneys due any such Subcontractor, Supplier or other
person or organization except as may otherwise be required
by Laws and Regulations.
6.10. The divisions and sections of the Specifications and
the identifications of any Drawings shall not control CON-
TRACTOR in dividing the Work among Subcontractors or
Suppliers or delineating the Work to be performed by any
specific trade.
6.11. All Work performed for CONTRACTOR by a Sub-
contractor will be pursuant to an appropriate agreement
between CONTRACTOR and the Subcontractor which spe-
cifically binds the Subcontractor to the applicable terms and
conditions of the Contract Documents for the benefit of
OWNER and ENGINEER and contains waiver provisions
as required by paragraph 5.11. CONTRACTOR shall pay
each Subcontractor a just share of any insurance moneys
received by CONTRACTOR on account of losses under pol-
icies issued pursuant to paragraphs 5.6 and 5.7.
Patent Fees and Royalties:
6.12. CONTRACTOR shall pay all license fees and roy-
alties and assume all costs incident to the use in the perfor-
mance of the Work or the incorporation in the Work of any
invention, design, process, product or device which is the
subject of patent rights or copyrights held by others. If a
particular invention, design, process, product or device is
specified in the Contract Documents for use in the perfor-
mance of the Work and if to the actual knowledge of OWNER
I
l5
or ENGINEER its use is subject to patent rights or copyrights
calling for the payment of any license fee or royalty to others.
the existence of such rights shall be disc.osed by OWNER in
the Contract Documents. CONTRACTOR shall indemnify
and hold harmless OWNER and ENGINEER and anyone
directly or indirectly employed by either of them from and
against all claims, damages, losses and expenses linc:udirg
attorneys' fees and court and arbitration costs) arising oil of
any infringement of patent rights or copyrights incident to
the use in the performance of the Work or resulting from the
incorporation in the Work of any invention, design, process.
product or device not specified in the Contract Documents,
and shaft defend all such claims in connection with any alleged
infringement of such rights.
Permits:
6.13. Unless otherwise provided in the Supplementary
Conditions, CONTRACTOR shall obtain and pay for all con-
struction permits and licenses. OWNER shall assist CON-
TRACTOR. when necessary. ran obtaining such permits and
licenses. CONTRACTOR shall pay all governmental charges
and inspection fees necessary for the prosecution of :he Work,
which are applicab:e at the time of opening of Bids, or if there
are no Bids on late EfTcctise Date of the Agreement. CON-
TRACTOR shall pay all charges of utility owners for con-
nections to the Work, and OWNER shall pay all charges of
such utility owners for capital costs re:ated thereto such as
plant investment fees.
Laws and Regulations:
6.14 I. CONTRACTOR shall give all notices and
comply with all Laws and Regulations applicable to fur-
nishi-ig and performance of the Work. Except where oth-
erwise expressly required by applicable Laws and Regu-
lations. neither OWNER nor ENGINEER shall be respon-
sible for monitoring CONTRACTOR's compliance wien
any Laws or Regulations.
6.14.2. If CONTRACTOR ohserves that the Specih-
cations or Drawings are at vanance with any Laws or
Regulations. CONTRACTOR shall give ENGINEER
prompt written notice thereof. and any necessary chances
will be authorized by one of the methods indicated .n
paragraph 3.4. If CONTRACTOR performs any Work
knowing or having reason to know that it is contrary to
such Laws or Regulations. and without such nonce to
ENGINEER. CON! RACTOR shall hear a1 costs arising
iheretrom: however, it shall not he CONTRACTOR's p-r-
maryresponvhil:ty to make zer:ain that the Spcci:icauons
an. Drawings are in accordance with soh Laws and
R ego l;rt ions,
Taxes
..5. CONTRACTOR shah pav all sales. comst.mer. use
and other similar taxes required Co he paid by CONTRAC-
TOR in accordance won the Laws ant Regulations of the
place of the
Project
which are app.icab:e during the
perfor-
mance of the
\York.
Use of Premises:
6.16. CONTRACTOR shall confine construction equip-
ment, the storage of materials and equipment and the oper-
ations of workers to the Project site and land and areas iden-
tified in and permitted by the Contract Documents and other
land and areas permitted by Laws and Regulations. rights -
of -way, permits and easements, and shall not unreasonably
encamber the premises with construction equipment or other
materials or equipment. CONTRACTOR shall assume full
responsibility for any damage to any such land or area, or to
the owner or occupant thereof or of any land or areas contig-
uous thereto. resulting from the performance of the Work,
Should any claim be made against OWNER or ENGINEER
by any such owner or occupant because of ther.erformance
of the Work. CONTRACTOR shall prompt,yattempl to settle
with such other party by agreement or otherwise resale the
claim by arbitration or at law. CONTRACTOR shall. Co the
ful:est extent permuted ny Laws and Rcgt.lations. indemnify
and hold OWNER and ENGINEER harmless from and against
all c.aims, damages, losses and cxpecses (including, but not
limited lo, fees of engineers. architects. atccrneys and other
professionals and dour, and arbitration costs) aris rig directly,
indirectly or consequcntial) our of any action, legal or equi-
table, brought by any such ocher party against OWNER or
ENGINEER to the extent based or a claim arising oul of
CONTRACTOR's performance of the Work.
6.17. During the rrogress of the 1i ork. CONI RACTOR
shat: keep the premises free from accumulations of waste
materials, rutb.sh and otner debris resulting Irom the Work.
Al the completion of the Work CONTRACTOR shall rerros e
all waste materials, rubbish and debris from ar.d about (he
premises as well as all tools, appliances. construction equip-
ment and nichinery. and surplus materials, and shall leave
the site clean and ready for occupancy b} O\\NER. CON-
TRACTOR shal. reslore:o erigma. condition all proper.} not
designated for alteration by the Contract Documents.
6.18. C.ONI RACI'OR shad no load nor pelted any part
of any structure to be loadec:n any manner that w di endanger
the structure, no• shall CONTRACTOR suh;ect any pan of
the Work or adjacent prope:ty :o stresses or pressures Ihal
will endanger it.
Record Uocruneuu:
h.9. CON":RAC-r: )R small in.nnlain in .1 sale plate at
the six tine record copy of ,ill ❑r;i' ings, tiruliaurns,
A.:dinda. Rrilien Amendmenrs. Charge Orden. Rork
D red Changes. Fic d (kdcrs and nri:len inter rre:auorn
and cl.umcaticns issued pursuant to p.ir;rg:ap7 9.41 .n oiw
order and :.nnotuted to show all chances made during con-
struclionthese recors d: s urnenls toga her w u hall aprr Lived
samples and a counlerp:rt of all app:oscd Shop Drawings
will he available :o IiNCGINF ER for reference. Upon com-
I
Li
Li
16
I
I
U
I
J
I
I
I
I
Li
I
I
I
I
I
I
I
pletion of the Work, these record documents, samples and
Shop Drawings will be delivered to ENGINEER for OWNER.
Safety and Protection:
6.20. CONTRACTOR shall be responsible for initiating,
maintaining and supervising all safety precautions and pro-
grams in connection with the Work. CONTRACTOR shall
take all necessary precautions for the safety of, and shall
provide the necessary protection to prevent damage, injury
or loss to:
6.20.1. all employees on the Work and other persons
and organizations who may be affected thereby;
6.20.2. all the Work and materials and equipment to
be incorporated therein, whether in storage on or off the
site; and
6.20.3. other property at the site or adjacent thereto,
including trees, shrubs, lawns, walks, pavements, road-
ways, structures, utilities and Underground Facilities not
designated for removal, relocation or replacement in the
course of construction.
CONTRACTOR shall comply with all applicable Laws and
Regulations of any public body having jurisdiction for the
safety of persons or property or to protect them from damage,
injury or loss; and shall erect and maintain all necessary
safeguards for such safety and protection. CONTRACTOR
shall notify owners of adjacent property and of Underground
Facilities and utility owners when prosecution of the Work
may affect them, and shall cooperate with them in the pro-
tection, removal, relocation and replacement of their prop-
erty. All damage, injury or loss to any property referred to
in paragraph 6.20.2 or 6.20.3 caused, directly or indirectly,
in whole or in part, by CONTRACTOR, any Subcontractor,
Supplier or any other person or organization directly or indi-
rectly employed by any of them to perform or furnish any of
the Work or anyone for whose acts any of them may be liable,
shall be remedied by CONTRACTOR (except damage or loss
attributable to the fault of Drawings or Specifications or to
the acts or omissions of OWNER or ENGINEER or anyone
employed by either of them or anyone for whose acts either
of them may be liable, and not attributable, directly or indi-
rectly, in whole or in part, to the fault or negligence of CON-
TRACTOR). CONTRACTOR's duties and responsibilities
for the safety and protection of the Work shall continue until
such time as all the Work is completed and ENGINEER has
issued a notice to OWNER and CONTRACTOR in accord-
ance with paragraph 14.13 that the Work is acceptable (except
as otherwise expressly provided in connection with Substan-
tial Completion).
6.21. CONTRACTOR shall designate a responsible rep-
resentative at the site whose duty shall be the prevention of
accidents. This person shall be CONTRACTOR's superin-
tendent unless otherwise designated in writing by CON-
TRACTOR to OWNER.
Emergencies:
6.22. In emergencies affecting the safety or protection of
persons or thiWo4cor property at the site or adjacent thereto,
CONTRACTCClt 'shout special instruction or authorization
from ENGINEER OWNER, is obligated to act to prevent
threatened damagJjury or loss. CONTRACTOR shall give
ENGINEER prorn'$(itten notice if CONTRACTOR believes
that any significant'hamges in the Work or variations from
the Contract Documents have been caused thereby. If ENGI-
NEER determines the a change in the Contract Documents
is required because of the action taken in response to an
emergency, a Work f&w(ive Change or Change Order will
be issued to document, consequences of the changes or
variations.
(Addition;
Shop Drawings and Samples: SC -6. 23)
6.23. After checking and verifying all field measurements
and after complying with applicable procedures specified in
the General Requirements, CONTRACTOR shall submit to
ENGINEER for review and approval in accordance with the
accepted schedule of Shop Drawing submissions (see para-
graph 2.9), or for other appropriate action if so indicated in
the Supplementary Conditions, five copies (unless otherwise
specified in the General Requirements) of all Shop Drawings,
which will bear a stamp or specific written indication that
CONTRACTOR has satisfied CONTRACTOR's responsi-
bilities under the Contract Documents with respect to the
review of the submission. All submissions will be identified
as ENGINEER may require. The data shown on the Shop
Drawings will be complete with respect to quantities, dimen-
sions, specified performance and design criteria, materials
and similar data to enable ENGINEER to review the infor-
mation as required.
6.24. CONTRACTOR shall also submit to ENGINEER
for review and approval with such promptness as to cause
no delay in Work, all samples required by the Contract Doc-
uments. All samples will have been checked by and accom-
panied by a specific written indication that CONTRACTOR
has satisfied CONTRACTOR's responsibilities under the
Contract Documents with respect to the review of the sub-
mission and will be identified clearly as to material, Supplier,
pertinent data such as catalog numbers and the use for which
intended.
6.25.1. Before submission of each Shop Drawing or
sample CONTRACTOR shall have determined and veri-
fied all quantities, dimensions, specified performance cri-
teria, installation requirements, materials, catalog num-
bers and similar data with respect thereto and reviewed
or coordinated each Shop Drawing or sample with other
Shop Drawings and samples and with the requirements of
the Work and the Contract Documents.
6.25.2. At the time of each submission, CONTRAC-
TOR shall give ENGINEER specific written notice of each
variation that the Shop Drawings or samples may have
from the requirements of the Contract Documents, and,
in addition, shall cause a specific notation to be made on
I
17
each Shop Drawing submitted to ENGINEER for review
and approval of each such variation.
6.26. ENGINEER will review and approve with reason-
able promptness Shop Drawings and samples. but ENGI-
NEER's review and approval wit! be only for conformance
with the design concept of the Project and for compliance
with the information given in the Contract Documents and
shall not extend to means, methods, techniques, sequences
orprocedures of construction (except where a specific means,
method, technique, sequence or procedure of construction is
indicated in or required by the Comract Documents) or to
safety precautions or programs incident thereto. The review
and approval of a separate item as such will not indicate
approval of the assembly in which the item functions. CON-
TRACTOR shall make corrections required by ENGINEER,
and shall return the required number of corrected copies of
Shop Drawings and submit as required new samples for re' iew
and approval. CONTRACTOR shall direct specific attention
in writing to revisions other than the corrections called for
by ENGINEER on previous submittals.
6.27. ENGINEER's review and approval of Shop Draw-
ings or samples shall not relieve CONTRACTOR from
responsibility for any variation from the requirements of the
Contract Documents unless CONTRACTOR has in writing
called ENGINEER's attention:o each such'aration at the
time of submission as requited by paragraph 6.25.2 and
ENGINEER has given written approval of each such varia-
tion by a specific uriuen rotation thereof incorporated in or
accompanying the Shop Drawing or sample approval: nor
win any approval by ENGINEER relieve CONTRACTOR
from responsibility for errors or omissions in the Shop Draw-
ings or from responsibility for having complied w ith the pro-
visions of paragraph 6.25.1.
6.28. Where a Shop Drawing or samples required by the
Specifications, any related Work performed pnor to ENGI-
NEER's review and appro' ai of the pertinent submission will
be the sole expense and responsibility of CONTRACTOR.
Continuing the Work:
6.29. CONTRACTOR shall carry on the Work and adhere
to the progress schedule during all disputes or disagreements
with OWNER. No Work shall be delayed orposiponec pend-
ing reso.ution of any disputes or disagreements, except as
permitted by paragraph 15.5 or as CONTRACTOR and
OWNER may otherwise agree in venting.
Indemnehranon:
6.30. To the fullest extent remitted by Laws and Repu-
lattons CONTRACTOR shall indemnta and hold harmless
OW \1:R and ENGINEER and their censuharts. agcn:s and
emp!oyees from and ;.gamst all claims. damages. losses and
expenses. direct, ,nd,reci or concequcntial Iinc!uding hat not
limited to fees and charges of engineers. architects. a::orncys
and other professionals and court and arhilratron cos:st Otic.
ing out of or resulting from the performance of the Wor,.
pro' iced that any such claim, damage, loss or expense ial is
altrihutable to bodily in)ur. . sickness, disease or death, or to
injtry to or des.a4ction of laneiHe property io:her than the
Work itself) inci.n •rte loss of use result.g therefrom and
(b) is caused in wh�!e or in part by any negligent act or
omission of C ONTRACTOR. an' Succontnctor, any person
or organization dtrcctlgnr lndi reef Iv employed by any of I hem
to perform or furnish any of the Work or anyone for whose
acts any of them may be liable. regardless of whether or nor
it is caused in part by a party indemnttied hereunder or arises
by or is imposed by Law and Regulations rcgard:ess of the
negligence of any such party.
6.31. In any and all claims against OWNER or ENGI-
NEER or any of their concultanis, agents or employees by
any employee of CONTRACTOR, any Subcontractor. any
person or organization directly or indirectly employed by any
of them to perform or furnish any of the Work or anyone for
whose acts any of them may be liable, the indemnifcat:on
obligation under paragraph 6.30 shat: no! be limned in any
way by any limitation on the amount or type of damages.
compensation or benefits payable v or for CONTRACTOR
or any such Subcontractor or other person or organization
under workers' or workmen's compensation acts, disability
benefit acts or other employee benefit acts.
6.32. The ohitgauons of CONTRACTOR cncer para-
graph 6.30 shall not extend to the I-ahiiity of ENG:NL"ER,
ENGINEER's consul:acts. agents cr employees ansing out
of the preparation or arproval of maps. drawings. opinions.
reports, surveys. Change Orders, designs or specifications.
ARTICLE ?—OTHER WORK
Related Work at Site:
7.1. OWNER may perform oiherwork related :o the Proj.
ect at the site by OWNER's own forces, have other work
performed by utility owne-s erlet other di:ect contracts therefor
which shall contain General Conditions similar :o these. If
the fact that such of her work is to he performed was not noted
in the Centrac: Documents, written notice thereof will be
given to CONTRACTOR prior to starting any such other
work; and. if CONTRACTOR believes that such perfor-
mance will m'olve additional expense to CONTRACTOR or
requues additional time and the parries are t.nahle to agree
as to the extent thereof, CONTRACTOR OR may ma,e a claim
therefor as pro'ided in Articles II :,ni Q.
7 2. CONT R\CI OR shall afford each jnhrs owner and
other ecnlrac:or woo is a parry to such a direct contract (or
OWNER. if OWNER . s perfarmi'1 the additu: nt. rsork with
O\1 N ER's employ eesl proper and safe access to the sire and
a reasonihte opp„ ttunr' for the introJL.ct:on ..nd storage of
lnrertalsand equ pmcnt and the cvccu:onof such work. and
shall ,,",roperly connect and courdmate the Work with theirs.
CONTRACTOR shad! Jn all :uE::ng, h::ing and ratcntnp of
rhc Work :hat may he regwred to make us se' eras ,-at: come
together properly and integrnfe with such other work. CON.
I
1
I
IS
I
I
I
rfl
H
I
I
I
I
I
I
I
I
I
I
Li
TRACTOR shall not endanger any work of others by cutting,
excavating or otherwise altering their work and will only cut
or alter their work with the written consent of ENGINEER
and the others whose work will be affected. The duties and
responsibilities of CONTRACTOR under this paragraph are
for the benefit of such utility owners and other contractors
to the extent that there are comparable provisions for the
benefit of CONTRACTOR in said direct contracts between
OWNER and such utility owners and other contractors.
7.3. If any part of CONTRACTOR's Work depends for
proper execution or results upon the work of any such other
contractor or utility owner (or OWNER), CONTRACTOR
shall inspect and promptly report to ENGINEER in writing
any delays, defects or deficiencies in such work that render
it unavailable or unsuitable for such proper execution and
results. CONTRACTOR's failure so to report will constitute
an acceptance of the other work as fit and proper for Integra-
tion with CONTRACTOR's Work except for latent or non -
apparent defects and deficiencies in the other work.
Coordination:
7.4. If OWNER contracts with others for the perfor-
mance of other work on the Project at the site, the person or
organization who will have authority and responsibility for
coordination of the activities among the various prime con-
tractors will be identified in the Supplementary Conditions.
and the specific matters to be covered by such authority and
responsibility will be itemized, and the extent of such author-
ityand responsibilities will be provided, in the Supplementary
Conditions. Unless otherwise provided in the Supplementary
Conditions, neither OWNER norENGINEER INE ER shall have any
authority or responsibility in respect of such coordination.
(Addition; SC -7.5)
ARTICLE 8 —OWNER'S RESPONSIBILITIES
8.1. OWNER shall issue all communications to CON-
TRACTOR through ENGINEER.
8.2. In case of termination of the employment of ENGI-
NEER. OWNER shall appoint an engineer against whom
CONTRACTOR makes no reasonable objection, whose sta-
tus under the Contract Documents shall be that of the former
ENGINEER. Any dispute in connection with such appoint-
ment shall be subject to arbitration.
8.3. OWNER shall furnish the data required of OWNER
under the Contract Documents promptly and shall make pay-
ments to CONTRACTOR promptly after they are due as
provided in paragraphs 14.4 and 14.13.
8.4. OWNER's duties in respect of providing lands and
easements and providing engineering surveys Co establish
reference points arc set forth in paragraphs 4.1 and 4.4. Para-
graph 4.2 refers to OWNER's identifying and making avail-
able to CONTRACTOR copies of reports of explorations and
tests of subsurface conditions at the site and in existing struc-
turn which have been utilized by ENGINEER in preparing
the Drawings and Specifications.
(SC -8.5)
8.6. OWNER is obligated to execute Change Orders as
indicated in paragraph 10.4.
8.7. OWNER's responsibility in respect of certain
inspections, tests and approvals is set forth in paragraph 13.4.
8.8. In connection with OWNER's right to stop Work or
suspend Work, see paragraphs 13.10 and b. I. Paragraph 15.2
deals with OWNER'S right to terminate services of CON-
TRACTOR under certain circumstances.
ARTICLE 9 —ENGINEER'S STATUS DURING
CONSTRUCTION
Owner's Representative:
9.1. ENGINEER will be OWNER's representative dur-
ing the construction period. The duties and responsibilities
and the limitations of authority of ENGINEER as OWNER's
representative during construction are set forth in the Con-
tract Documents and shall not be extended without written
consent of OWNER and ENGINEER.
Visits to Site:
9.2. ENGINEER will make visits to the site at intervals
appropriate to the various stages of construction to observe
the progress and quality of the executed Work and to deter-
mine. in general, if the Work is proceeding in accordance
with the Contract Documents. ENGINEER will not be required
to make exhaustive or continuous on -site inspections to check
the quality or quantity of the Work. ENGINEER's efforts
will be directed toward providing for OWNER a greater degree
of confidence that the completed Work will conform to the
Contract Documents. On the basis of such visits and on -site
observations as an experienced and qualified design profes-
sional, ENGINEER will keep OWNER informed of the prog-
ress of the Work and will endeavor to guard OWNER against
defects and deficiencies in the Work.
Project Representation: (Addition; see SC -9.3)
9.3. If OWNER and ENGINEER agree. ENGINEER
will furnish a Resident Project Representative to assist
ENGINEER in ohsm•ing the performance of the Work. The
duties. responsibilities and limitations of authority of any
such Resident Project Representative and assistants will be'
as provided in the Supplementary Conditions. If OWNER
designates another agent to represent OWNER at the site
who is not ENGINEER's agent or employee, the duties.
responsibilities and limitations of authority of such other
person will he as provided in the Supplementary Conditions.
I
IL
LJ
I
Clarifications and Interpreeadons:
9.4. ENGINEER will issue with reasonable promptness
such written clarifications or inlerpretalions of the require-
ments of the Contract Documents (in the form of Drawings
or otherwise) as ENGINEER may determine necessary, which
shall be consistent wit)-: or reasonably inferable from the
overall intent of the Contract Documents. If CONTRACTOR
believes that a written c!arifcation or interpretation.ustifies
an increase in the Conlracl Price or an extension of the
Contract Time and the parties arc unable lo agree to the
amount or extent thereof. CONTRACTOR may make a claim
therefor as provided in Article I I or Article 12.
Aurheirized Variations in Work:
9.5. ENGINEER may authorize minor variations in the
Work from the requirements of the Contract Documents w hoc h
do not involve an adjustment in the Contract Price or the
Contract Time and arc consistent with the overall intent of
the Contract Documents. These may be accomplished by a
Field Order and will be binding on OWNER, and aso on
CONTRACTOR who shall perform the Work invctved
promptly. If CONTRACTOR believes that a Field Order
justifies an increase in the Contract Price or an extension of
the Contract Time and the parties are unable to agree as Co
the amount or extent thereof. CONTRACTOR may make a
claim therefor as provided in Article II or 12.
Rejecting Defective Work:
9.6. ENGINEER will have authority to disapprove or
reject Work which ENGINEER believes to be defective, and
will a;so have authority to require special inspcctior. or Iestirg
of the Work as provided in paragraph 13.9, whether or not
the Work is fabricated. Installed or completed.
Shop Drawings, Change Orden and Payments. -
9.7. In connection with ENGINEER's resP"onsibi!ity for
Shop Drawings and samples. see paragraphs 6.23 throtgh
6.29 inclusive.
9.8. In connection with ENGINEER -s responsibilities as
Co Change Orders, see Articles 10, It and 12.
9.9.
In connection with
ENGINEER's
responsitil:ties in
respect
of Applications for
Payment, etc.,
see Article 14,
Determinations for Unit Prices:
9.10, ENGINEER will delermire the acluul quantities
and classifications of Unit Prce Work ,^.erfoi:ned ry CON.
TRACTOR ENGINEER w i.1 review ss ii n CON I RACTOR
ENGINI ER's prellmivan dete rninaLor.s on such Ir..ncrs
before renderutg a written ,:eciswn thereon by recommen.
Jat.or. of an Appl:eatrcn for Rivmcni or o:ter set ENGI-
NEER', wimen cecisions thereon will he final and bird:na
upon OWNER anu CONTR AC'rOR. unless. w tin ten Jnvs
after me date of any such decision, cnher OWNER cr CON-
TRACT(rR delivers to tine ocher party :o the Agreement : nJ
to ENGINEER wnitcn rotice of intention to apreal from
such a decision.
Decisions on Disputes:
9.11. ENGINEER will he the icitral interpreter of the
requirements of the Contract Docurnerls ar.d judge of the
acceptability of the Work thereunder. Calms. disputes and
other matters relating to :he accep:and.ty of the Work or the
interpretation of the requirements of ire Contract Documents
pertaining to the performance and furnishing of the Work and
claims under Articles ii and 12 in respect of charges in the
Contract Price or Contract Time will be referred initially to
ENGINEER in writing with a request for a formal decision
in accordance with this paragraph. which ENGINEER will
render in writing within a reasonable rime. Written rotice of
each such claim, dispute and other matter will be delivered
by the claimant to ENGINEER and the other party to the
Agreement promptly (but in no event later than thirty days)
after the occurrence of the event giving rise thereto, and
written %upportir.gdata will he submitted to ENGINEER and
the other party within sixty lays after such occurrence unless
ENGINEER al.ows an additional renod of time to ascertain
more accurate data in support of the claim.
9.12. When functioning as interpreter and judge under
paragraphs 9.10 and 9.11, ENGINEER will not show par•
tiality to OWNER or CONTRACTOR and will not he harle
in connection with any m:erprciarion or decision re,dered in
good fa.rh in such capacity. The rendering of a decision by
ENGINEER pursuant to paragraphs 9.10 and Y. f r with respect
to any such claim, dispute or other matter (except any which
have been waived by the making or acceptance of f nal pay-
ment as provided in paragraph 14.15) % :Il he a condition
precedent to any exercise by OWNER or CONTRACTOR
of such rights or remedies as either may otherwise I-ave under
the Contract Document, or by Law cur Regulations in respect
of any such claim. dispute or other matter,
Limitations an F. VGIA'FER'c Responsibilities:
9.13 Neither ENGINEER's authority to act order this
Article 9 or elsewhere in the Contract Documents nor any
decision made by ENGINEER in good faith either :o exercise
or not excccrse such authority shall gave rise to any duty or
responsihility of ENGINEER Co CONTRACTOR, arty Sub-
contractor, any Supplier, or any other person or organization
performing any of the Work, or to any st.rety for any oft hem.
9.14. Whenever in tic Contract DncumerI the Ic rms "as
ordered". "as direc:cJ" "as requ,r'J '. ''as allowed "as
approved" or terms of like cr,ect or urport arc used. or :lie
ad,eui c% 'rc,s.,nJhle ', '',u.Ih c', ",Lcci rtJh c .., rorscr"
or ''.,L•fac:ory - or ad)eaie♦ of LAO cheat or not I .ire
neJ to Jcscr ibe a; eyi.ucm; tit. Jimect.ua. rev IC' or u.Jp men
of LNGINFER as to ;he Work, it is inicnied th,u uc7
re?ulreinenl. duet nun. rcv icw oryi'pnienI wit he sold+ IC
evaluate :he Wark for COTpliance wrlh the Curlra:I Docu.
merits tunics Inge is a specific suucment indicatinc Othcr-
wnel. the use cl an such :err, or adfecuve shall not be
I
1
L
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
LJ
LI
1
I
I
I
I
I
I
I
I
I
I
I
effective to assign to ENGINEER any duty or authority to
supervise or direct the furnishing or performance of the Work
or any duty or authority to undertake responsibility contrary
to the provisions of paragraph 9.15 or 9.16.
9.15. ENGINEER will not be responsible for CON-
TRACTOR's means, methods, techniques, sequences or pro-
cedures of construction, or the safety precautions and pro-
grams incident thereto, and ENGINEER will not be respon-
sible for CONTRACTOR's failure to perform or furnish the
Work in accordance with the Contract Documents.
9.16. ENGINEER will not be responsible for the acts or
omissions of CONTRACTOR or of any Subcontractor, any
Supplier, or of any other person or organization performing
or furnishing any of the Work.
ARTICLE 10 -CHANGES IN THE WORK
10.1. Without invalidating the Agreement and without notice
to any surety, OWNER may, at any time or from time to
time, order additions, deletions or revisions in the Work;
these will be authorized by a Written Amendment, a Change
Order, ora Work Directive Change. Upon receipt of any such
document, CONTRACTOR shall promptly proceed with the
Work involved which will be performed under the applicable
conditions of the Contract Documents (except as otherwise
specifically provided).
10.2. If OWNER and CONTRACTOR are unable to agree
as to the extent, if any, of an increase or decrease in the
Contract Price or an extension or shortening of the Contract
Time that should be allowed as a result of a Work Directive
Change, a claim may be made therefor adprovided in Article
It or Article 12.
10.3. CONTRACTOR shall not be entitled to an increase
in the Contract Price or an extension of the Contract Time
with respect to any Work performed that is not required by
the Contract Documents as amended, modified and supple-
mented as provided in paragraphs 3.4 and 3.5, except in the
case of an emergency as provided in paragraph 6.22 and
except in the case of uncovering Work as provided in para-
graph 13.9.
10.4. OWNER and CONTRACTOR shall execute appro-
priate Change Orders (or Written Amendments) covering:
10.4.1. changes in the Work which are ordered by
OWNER pursuant to paragraph 10.1. are required because
of acceptance of dejecti a Work under paragraph 13.13 or
correcting defective Work under paragraph 13.14, or are
agreed to by the parties:
10.4.2. changes in the Contract Price orContract Time
which are agreed to by the parties: and
10.4.3. changes in the Contract Price or Contract Time
whichtthat,
the substance of any written decision ren-
dered.bR3JNEER pursuant to paragraph 9.11;
provided u of executing any such Change Order,
an appean from any such decision in accordance
with the provisions . the Contract Documents and applicable
Laws and RegulariDits,.but during any such appeal. CON-
TRACTOR shall catty on the Work and adhere to the prog-
ress schedule as provided in paragraph 6.29.
10.5. If notice of an change affecting the general scope
of the Work or the ions of the Contract Documents
(including, but not limned to, Contract Price or Contract
Time) is required by the provisions of any Bond to be given
to a surety, the giving of any such notice will be CONTRAC-
TOR's responsibility, and the amount of each applicable Bond
will be adjusted accordingly.
ARTICLE I l —CHANGE OF CONTRACT PRICE
II.!. The Contract Price constitutes the total compen-
sation (subject to authorized adjustments) payable to CON-
TRACTOR for performing the Work. All duties, responsibil-
ities and obligations assigned to or undertaken by CON-
TRACTOR shall be at his expense without change in the
Contract Price.
11.2. The Contract Price may only be changed by a Change
Order or by a Written Amendment. Any claim for an increase
or decrease in the Contract Price shall be based on written
notice delivered by the party making the claim to the other
party and to ENGINEER promptly (but in no event later than
thirty days) after the occurrence of the event giving rise to
the claim and stating the general nature of the claim. Notice
of the amount of the claim with supporting data shall be
delivered within sixty days after such occurrence (unless
ENGINEER allows an additional period of time to ascertain
more accurate data in support of the claim) and shall be
accompanied by claimant's written statement that the amount
claimed covers all known amounts (direct, indirect and con-
sequential) to which the claimant is entitled as a result of the
occurrence of said event. All claims for adjustment in the
Contract Price shall be determined by ENGINEER in accor-
dance with paragraph 9.11 if OWNER and CONTRACTOR
cannot otherwise agree on the amount involved. No claim
for an adjustment in the Contract Price will be valid if not
submitted in accordance with this paragraph 11.2.
11.3. The value of any Work covered by a Change Order
or of any claim for an increase or decrease in the Contract
Price shall be determined in one of the following ways:
11.3.1. Where the Work involved is covered by unit
prices contained in the Contract Documents, by applica-
tion of unit prices to the quantities of the items involved
(subject to the provisions of paragraphs 11.9.1. through
11.9.3. inclusive).
I
21
11.3.2. By mutual acceptance of a lump sum (u hich
may include an allowance for overhead and profit not
necessarily in accordance with paragraph 11.6'.1;.
11 3.3. On the basis of the Cost of the Work (deter-
mined as provided in paragraphs 11.4 and 11.5) plus a
CONTRACTOR's Fee for overhead and profit (deter-
mined as provided in paragraphs 11.6 and 1I.7.
Cost of the Work:
11.4. The term Cost of the Work means the sum of all
costs necessarily incurred and paid by CONTRACTOR in
the proper performance of the Work. Except as otherwise
may be agreed to in writing by OWNER, such costs shall he
in amounts no higher than those prevailing in the locality of
the Project, shall include only the following items and sha.l
not include any of the costs itemized in paragraph 11.5:
11.4.1. Payroll costs for employees in the direct employ
of CONTRACTOR in the performance of the Work under
schedules of job classifications agreed upon by OWNER
and CONTRACTOR. Payroll costs for employees not
emp.uyed full time on the Work snail he apportioned on
the basis of their time spent on the Work. Pay:oil costs
shall include, but not he limited to, salaries and "apes
plus the cost of fringe benefits which slia!I include soc.al
security contributions. ur.employ ment, excise and pay roil
taxes, workers' o. workmen's compensation, health and
retirement hencfits. bonuses, sick :ease, vacation and hol-
iday pay applicable thereto. Such employees shall include
super,ntendents and foremen at the site. The expenses of
performing Work after regular working hours, on Satur-
day. Sunday or legal holidays, shall be included in the
above to the extent authorized by OWNER.
11.42. Cost of all materials and equipment furrished
and incorporated in the Work, including costs of trans-
poration and storage thereof, and Suppl,ers'field services
required in connection therewith. A:I cash discounts that:
accrue to CONTRACTOR unless OWNER deposits fund s
with CONTRACTOR with which to make payments. in
which case the cash discounts shall accrue to OWNER.
All Trade discounts, rebates and refunds and all returns
from sale of surplus materials and equipment shall accrue
to OWNER, and CONTRACTOR shall make provis:ons
so that they may be obtained.
11.4,3. Payments mace by CONTRACTOR to :he
SuhconTractors for Work performed by Subcontractors.
If required by OWNER. CONTRACTOR shill ohtan
competinse bids from Suhcontrac:ors acceptahlc lo CON.
TRACTOR and shall dc.iver such rids to (JWNER ssnh
will then determine, with tic advice of ENGINEER, which
bids will he accepted. If a subcontract pros ices that the
Su!scon:-actor is to be paid on the basis of Cost or the
Work Flits a Fee, the Subcontractor's Cost of The Rork
shall he determined in the same manner as CONTRAC-
1 OR's Cost of the Work. All subcontracts shall he %ur)ecl
to the other pros skins of the Contrac: Docunen:s insofar
as applicable.
I I A.; Cpl -c giypecial consultants ;including but not
limited to engincer,tarchitecs. tesrim, , hpratones, sur.
veyors, a:torr.evs andaccour.tants) emp.o) ed for sea ices
specifically related te4he Work.
- 11.4 5. Scppleme-.10costs including the following:
I1.-.5.1. The proportion of necessary transporta-
uon, travel and suhsic ence expenses of CONTRAC-
TOR's emp:oyees ti � j'tec in discharge of dut,es con-
nected with the Work
11.4.5.2. Cost, including transportation and main-
tenance. of all ma;eriah, supp.hes. equipment, machin-
ery, appliances, office and temporary faci.uies at the
site and hand tools not owned by the workers, which
are consumed in the performance of the Work, and cost
less market va!ue of such rlems used hut arm consumed
which remain The properly of CONTRACTOR,
11.4.3.3. Renia:s ofzll construction equipment and
machinery and the parts thereof whether rented from
CONTRACTOR or others in accordance wi:h rental
agreements approved by OWNER ssnh the advice of
ENGINEER, and the costs of:ranspertat•or. loading.
unloading. installation. dismantling and removal
thereof —all in accordance with terns of said rental
agreements. The rental ofanv such equipment. machin-
cry or pans shat cease when the use theeof w no longer
necessary fur the Work.
11.4.5.4. Sales. consumer, use or similar taxes
related to the Work, and for which CONTRACTOR is
liable. imposed by Laws and Regulattuns.
11.4.5,5, Deposits :ust for causes other Than negli-
gence cf CONTRACTOR. any Suhcontracto: or any-
one directly or indirectly employ ed by an of them or
for u hose acts any of them may be liable, and royaity
payments and fees for permits and licenses
11.4.5.6. Losses and damages land related
expenses), not compensated by insurance or u:her"ise,
to the Work orothciwise sustained hy'CO\TRACTOR
in connection with :he performance and furmsnmg of
:he Work texcept losses and damages "iihrt the
deduciih a amounts of property inst-i,irce es:ahlished
hs OWNER in accoru:.nce ssirh p,vagra; h 5.91, pro-
vided they have resuncd from c:.uses olhcr than the
reg igence of CON IRAC rOR, any Subcontractor, or
ant,,ne directly or indirectly employed by urn ul it' iii
or Tor "hose acts any of them may he I.mhle. Such
losses shml include seulenents made with the "ri:!cn
consent and approval of OW N ER. No such osses.
damaccs and cspcnscs shall he ncludcd in tic Cost of
:he Work for the purpose of determining CON TRAC-
TaR's Fee. If, however, any such loss or damage
11 1
I
I
requires reconstruction and CONTRACTOR is placed CONTRACTOR's Fee:
' TOR for and in charge thereof. CONTRACTOR shall be paid for 11.6. The CONTRACTOR'S Fee allowed to CONTRAC-
services a fee proportionate to that stated in paragraphoverheadand
11.6.2,profit shall be determined as follows:
' 11.4.5.7. The cost of utilities, fuel and sanitary
facilities at the site.
11.4.5.8. Minor expenses such as telegrams, long
' distance telephone calls, telephone service at the site,
expressage and similar petty cash items in connection
with the Work.
I
I
I
I
I
I
I
I
L
I
I
I
11.4.5.9. Cost of premiums for additional Bonds
and insurance required because of changes in the Work
and premiums for property insurance coverage within
the limits of the deductible amounts established by
OWNER in accordance with paragraph 5.9.
11.5. The term Cost of the Work shall not include any of
the following:
11.5.1. Payroll costs and other compensation of CON-
TRACTOR's officers, executives, principals (of partner-
ship and sole proprietorships), general managers, engi-
neers, architects, estimators, attorneys, auditors, accoun-
tants, purchasing and contracting agents, expeditors,
timekeepers, clerks and other personnel employed by
CONTRACTOR whether at the site or in CONTRAC-
TOR's principal or a branch office for general administra-
tion of the Work and not specifically included in the agreed
upon schedule of job classifications referred to in para-
graph 11.4.1 or specifically covered by paragraph 11.4.4 —
all of which are to be considered administrative costs
covered by the CONTRACTOR's Fee.
11.5.2. Expenses of CONTRACTOR's principal and
branch offices other than CONTRACTOR's office at the
site.
11.5.3. Any part of CONTRACTOR's capital expenses,
including interest on CONTRACTOR'S capital employed
for the Work and charges against CONTRACTOR for
delinquent payments.
11.5.4. Cost of premiums for all Bonds and for all
insurance whether or not CONTRACTOR is required by
the Contract Documents to purchase and maintain the
same (except for the cost of premiums covered by sub-
paragraph 11.4.5.9 above).
11.5.5. Costs due to the negligence of CONTRAC-
TOR. any Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of them
may be liable. including but not limited to• the correction
of defective Work, disposal of materials or equipment
wrongly supplied and making good any damage to prop-
erty.
11.5.6. Other overhead or general expense costs of
any kind and the costs of any item not specifically and
expressly included in paragraph 11.4.
11.6.1. a mutually acceptable fixed fee; or if none can
be agreed upon.
11.6.2. a fee based on the following percentages of the
various portions of the Cost of the Work:
11.6.2.1. for costs incurred under paragraphs 11.4.1
and 11.4.2, the CONTRACTOR's Fee shall be fifteen
percent;
11.6.2.2. for costs incurred under paragraph 11.4.3,
the CONTRACTOR's Fee shall be five percent: and if
a subcontract is on the basis of Cost of the Work Plus
a Fee, the maximum allowable to CONTRACTOR on
account of overhead and profit of all Subcontractors
shall be fifteen percent;
11.6.2.3. no fee shall be payable on the basis of
costs itemized under paragraphs 11.4.4, 11.4.5 and 11.5;
11.6.2.4. 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 CONTRAC-
TOR's Fee by an amount equal to ten percent of the
net decrease; and
11.6.2.5. when both additions and credits are
involved in any one change, the adjustment in CON-
TRACTOR's Fee shall be computed on the basis of the
net change in accordance with paragraphs 11.6.2.1
through 11.6.2.4, inclusive.
11.7. Whenever the cost of any Work is to be determined
pursuant to paragraph 11.4 or 11.5, CONTRACTOR will
submit in form acceptable to ENGINEER an itemized cost
breakdown together with supporting data.
Cash Allowances:
11.8. It is understood that CONTRACTOR has included
in the Contract Price all allowances so named in the Contract
Documents and shall cause the Work so covered to be done
by such Subcontractors or Suppliers and for such sums within
the limit of the allowances as may be acceptable to ENGI-
NEER. CONTRACTOR agrees that:
11.8.1. The allowances include the cost to CON-
TRACTOR (less any applicable trade discounts) of mate-
rials and equipment required by the allowances to be deliv-
ered at the site, and all applicable taxes; and
11.8.2. CONTRACTOR's costs for unloading and
handling on the site, labor, installation costs, overhead,
profit and other expenses contemplated for the allowances
have been included in the Contract Price and not in the
I
23
allowances. No demand for additional payment on acecunt
of any thereof will be sal id.
Prior to final payment. an appropriate Change Order will be
issued as recommenced by ENGINEER to reflect actual
amounts due CONTRACTOR an account of Work covered
by allowances, and the Contract Price shad be correspond-
ingly adjusted.
Unit Pnce Work:
11.9.1. Where the Contract Documents provide that
all or part of the Work is to be Unit Price Work. initially
the Contract Price will be deemed to include for all Unit
Price Work an amount equal to the sum of the established
unit prices for each separately identified item of Unil Pr.ce
Work times the estimated quantity of each item as indi-
cated in the Agreement. The estimated quantities of items
of Unit Price Work arc riot guaranteed and are solely for
the purpose of comparison of Bids and determining an
initial Contract Price. Determinations of the actual quan-
tities and classifications of Unit Price Work performed
CONTRACTOR will be made by ENGINEER in accor-
dance with Paragraph 9.10.
11.9.2. Each unit price will be deemed to include an
amount considered by CONTRACTOR co be adequate to
cos er CONTRACTOR's overhead and profit for each sep.
arately identified item.
. .3. Where the quantity of any item of Unit Price
Work p rmed by CON'IRAC FOR differs mat a
and signihca from the estimated quantity ch item
indicated in the , cment and there is corre,pondirg
adjustment wish respe to any o men-. of Work and if
CONTRACTOR belieev at CONTRACTOR has
incurred additional rise resua thereof. CON-
TRACTOR ma ake a claim for a. .ncrcase in the Con-
tract Pric accordance with Article 1 'the parties are
Afro agree as to the amount of any
(Replacement; SC -11.9.3)
ARTICLE 12 —CHANGE OF CONI'RACTTI\1F.
12.1. The Contract Time may only bechanged by a Change
Order or a Written Amendment. Any claim for :in extension
or shortening of the Contract Time shall be based on written
notice delivered by the party making :he clairn to the other
partyand in ENGINEER promptly ibul in no event later than
thirty dal after the occurrence of the went giving rise in
:rte claim unu stating the gere:al rature at the claim. No: cc
of the ex:erI of t,ne claim ssift sJpno•iing ,kilo ,hall re celiv-
erec with n sixty Gals after such occurrence iunless ENGI-
NEER ,it oms an adcmonal pcnt'd of lime Co a,certun more
accu:ate d.i:a in surport of :he claim) and gall he axum-
pumcd by the cicimant', unne.n statement h,Lt the ud-ust
menu cla reed i, me enlire aciustnem :o which the clatmunc
has reasnr :o believe it is emu:led a, a result or the dccuri case
of said went. All .latms for adlustment in the Cen:mct Time
shall he determined by ENGINEER in accordance u ith-ara-
graph9.11 ifOWNER andCONTRACTOR cannot othensise
agree. No claim for an adjustment in the Contract Time will
he valid if not submitted in accordance with the requirements
of this paragraph 122,1.
12.2. The Contract Time will he extended in an amount
equal to time lost due to delays heyond the control of CON-
TRACTOR if a c:aim is made therefor as pros iced in para-
graph 12.1. Such delays shall include. but not he limited to.
acts or neglect by OWNER or others ,performing additicnal
work as contemplated by Artic'e 7. or to fires. floods. labor
disputes, epidemics. abnormal weather conditions or acts of
God.
12.3. All time limits scaled in the Contract Documents
are of the essence of :he Agreement. The pro%isions of :his
Article 12 shall not exclude reco%cr% for damages (including
but rot timed to fees and charges of engineers, architects.
attorreys and other professmrals and eo'urt and arbnrtuon
costs) for delay by either party.
ARTICLE 13 --WARRANTY AND GUARANTEE,
TESTS •\NDINSPEt TIONS:
CORRECTION. REMOVAL OR
ACCEPTANCE OF DEFECTIVE WORK
l $ crranp• a ud G uaraniec:
13.1. CONTRACTOR uarran:s and guar;rices to
O\\ NER ane ENGINEER that all Work wi 1 be :n accor-
dance with the Contract Documents an:: wtl! no: he it f i rive.
Prompt notice of alp defects shall he gnen to CONTRAC-
TOR. All dcJerrirc Work. ,shether or not in place.:nay be
rejected, corrected or accepted as provided in this Art c;e 13.
Access Cie 19ork:
!3.2. ENGINEER and ENGINEER's repre'entalises,
other representatives of OWNER. testing agencies an gox•
ernmen:u, agencies with?unsd:ctioma inlere,is w.11 have access
lorhe\Votkatrea,ur.alieumesfcnheiruhenauon. nspecting
and testing. CONTRACTOR shall proside ,-.toper and safe
conditions foe such access.
Tries and An pc rtion s:
13.3 CONTR\(-IfIHsh.illgiseENCIN'I-::Rtimes n,nre
of readiness ,il the \\'oi k :,;r all rcquucJ msr cciwns. tc,ts ar
trp-oi...k
I. J. If [piss s,rr Hcs.l,iuun,,d,inv rurlic hody h.:n ire
jar %d c::on Iccune.ins \1'1.tx icr pin l thcecafalospccinc; Its
he in' p.tcJ. :cstcd a• approscd. CON IR\('IOR 'ha..
as,umc lull r cspon,ihnitx i'cretor. pal ;Ill cd•Is In ♦,RnJl4Pn
there"tin .. n.: fat nrsh ENGINI.LR he reguircJ cartihcates
of mspccwon. testing Cr .ipproal. CONTRACTOR shad.i •a
L
24
L
I
I
S
fl
7
1
I
I
I
L
L+
L
n
I
I
I
be responsible for and shall pay all costs in connection with
any inspection or testing required in connection with OWN -
ER's or ENGINEER's acceptance of a Supplier of materials
or equipment proposed to be incorporated in the Work, or of
materials or equipment submitted for approval prior to CON-
TRACTOR's purchase thereof for incorporation in the Work.
The cost of all inspections, tests and approvals in addition to
the above which are required by the Contract Documents
shall be paid by OWNER (unless otherwise specified).
13.6. If any Work (including the work of others) that is
to be inspected, tested orapproved is covered without written
concurrence of ENGINEER, it must, if requested by ENGI-
NEER, be uncovered for observation. Such uncovering shall
be at CONTRACTOR's expense unless CONTRACTOR has
given ENGINEER timely notice of CONTRACTOR's inten-
tion to cover the same and ENGINEER has not acted with
reasonable promptness in response to such notice.
13.7. Neither observations by ENGINEER nor inspec-
tions, tests or approvals by others shall relieve CONTRAC-
TOR from CONTRACTOR's obligations to perform the Work
in accordance with the Contract Documents.
Uncovering Work:
13.8. If any Work is covered contrary to the written request
of ENGINEER, it must, if requested by ENGINEER, be
uncovered for ENGINEER's observation and replaced at
CONTRACTOR's expense.
13.9. If ENGINEER considers it necessary or advisable
that covered Work be observed by ENGINEER or inspected
or tested by others, CONTRACTOR, at ENGINEER's
request, shall uncover, expose or otherwise make available
for observation, inspection or testing as ENGINEER may
require, that portion of the Work in question, furnishing all
necessary labor, material and equipment. If it is found that
such Work is defective. CONTRACTOR shall bear all direct,
indirect and consequential costs of such uncovering, expo-
sure, observation, inspection and testing and of satisfactory
reconstruction, (including but not limited to fees and charges
of engineers, architects, attorneys and other professionals),
and OWNER shall be entitled to an appropriate decrease in
the Contract Price. and, if the parties are unable to agree as
to the amount thereof. may make a claim therefor as provided
in Article II. If. however, such Work is not found to be
defective, CONTRACTOR shall be allowed an increase in
the Contract Price or an extension of the Contract Time, or
both, directly attributable to such uncovering, exposure.
observation, inspection, testing and reconstruction; and, if
the parties are unable to agree as to the amount or extent
thereof, CONTRACTOR may make a claim therefor as pro-
vided in Articles II and 12.
Owner Map1p Ibe Work:
13.10. If the Work is defective, or CONTRACTOR fails
to supply suffick�ii ,skilled workers or suitable materials or
equipment, orfil4lqhirnish or perform the Work in such a
way that the completed Work will conform to the Contract
Documents, OWNER May order CONTRACTOR to stop the
Work, or any portion thereof, until the cause for such order
has been eliminated; however, this right of OWNER to stop
the Work shall not gi F to any duty on the part of OWNER
to exercise this right * the benefit of CONTRACTOR or
any other party.
Correction or Removal of Defective Work:
13.11. If required by ENGINEER. CONTRACTOR shall
promptly, as directed, either correct all defective Work,
whether or not fabricated, installed or completed, or, if the
Work has been rejected by ENGINEER, remove it from the
site and replace it with nondefective Work. CONTRACTOR
shall bear all direct, indirect and consequential costs of such
correction or removal (including but not limited to fees and
charges of engineers, architects, attorneys and other profes-
sionals) made necessary thereby.
One Year Correction Period:
13.12. If within one year after the date of Substantial
Completion or such longer period of time as may be pre-
scribed by Laws or Regulations or by the terms of any appli-
cable special guarantee required by the Contract Documents
or by any specific provision of the Contract Documents, any
Work is found to be defective, CONTRACTOR shall promptly,
without cost to OWNER and in accordance with OWNER's
written instructions, either correct such defective Work, or,
if it has been rejected by OWNER, remove it from the site•
and replace it with nondefective Work. If CONTRACTOR
does not promptly comply with the terms of such instructions,
or in an emergency where delay would cause serious risk of
loss or damage, OWNER may have the defective Work cor-
rected or the rejected Work removed and replaced, and all
direct, indirect and consequential costs of such removal and
replacement (including but not limited to fees and charges of
engineers, architects, attorneys and other professionals) will
be paid by CONTRACTOR. In special circumstances where
a particular item of equipment is placed in continuous service
before Substantial Completion of all the Work, the correction
period for that item may start to run from an earlier date if
so provided in the Specifications or by Written Amendment.
Acceptance of Defective Work:
13.13. If. instead of requiring correction or removal and
replacement of defective Work, OWNER (and, prior to
ENGINEER's recommendation of final payment, also
ENGINEER) prefers to accept it. OWNER may do so. CON-
TRACTOR shall bear all direct, indirect and consequential
I
25
costs attributable to OWNER's evaluation of and deiermi-
nalion to accept such defective Work Isuch costs to be approves
by ENGINEER as to reasanaheness and to include but not
be limited to fees and charges of engineers. architects, attor-
neys and other professionals). If any such acceptance occurs
prior to ENGINEER's recommendation of final payment, a
Change Order will be issued incorporating the necessary revi-
sions in the Contract Documents with respect to the Work:
and OWNER shall be entitled to an appropriate decrease in
the Contract Price, and, if the panics are unable to agree as
to the amount thereof. OWNER may make a claim therefor
as provided in Article II. If the acceptance occurs after such
recommendation, an appropriate amount will be paid by
CONTRACTOR to OWNER.
OWNER May Cornet Defective Work:
13.14. If CONTRACTOR fails within a reasonable time
after written notice of ENGINEER to proceed tocorrect and
to correct defective Work or to remove and replace rejected
Work as required by ENGINEER in accordance with para-
graph 13.11. or if CONTRACTOR fails to perform the Work
in accordance with the Contact Documents, or if CON-
TRACTOR fails to comply with any other provision of the
Contract Documents. OWNER may, after seven days writ-
ten notice to CONTRACTOR. correct and remedy any such
deficiency. In exercising the rights and remedies under this
paragraph OWNER shall proceed expeditiously. To the extent
necessary to ce rr.p.cle corrective and r emedial action. OW N ER
may exclude CONTRACTOR from aC or part of The site, take
possession of all or part of inc Work, and suspend CON-
TRACTOR's services related thereto, take possession of
CONTRACTOR's cools. appliances. construction equipment
and machinery at the site and incorporate in The Work ad
materia: s and equipment stored at the site or for which OWNER
has paid CONTRACTOR but which are stored elsewhere.
CONTRACTOR shall al:ow OWNER, O%%NER's represen-
tatives. agents and employees such access to the site as may
be necessary to enable OWNER to exercise the :rghis and
remedies under this paragraph. A!l dueci, indirect and con-
sequential costs of OWNER in exercising such rights and
remedies will be charged against CON TRACTOR in an amount
approves as to rea sona blen es s by E N(iIN E E R, a nd a Chu nge
Order wi!I be issued incorporating the necessary revisions in
the Contract Documents with respect to the Work; and
OWNER shall he entitled io an appropriate decrease in the
Contract Price, and.:f the parties are unable to agree as to
the amount Thereof, OWNER may make a c!a.m therefor as
provided in Article II. Such direct, indirect and ccnsegcen-
tial cosh will Include but not be I mited to fees and chirps
of engineers, architects, attorneys and other prnfe,•uin.d,.
all court and arbitration costs and ill costs of renau an.:
replacement of work cf others cc�irosed or damaccd by
correction, removal o: rep acement of CONTRACTOR'S
de,ilume Work. CON T RACIOR sha!l nor be al:ovied ..n
extension of the Contract Time because of any decay in rer-
formance of:h.e Work attrihulahle to the exercise by OWN CR
of OWNER's r•.gntc and remedies nereuncer.
ARTICLE II PAYVENTSTOCONIRACTORAND
CO \I PL El] ON
Schedule of Values: "rob
14.1. The schedule. f values established as provided in
paragraph 2 9 will servi as the basis for progress payments
and wit: be incorporated into a form of Application for Pay-
ment acceptah:e to ENGINEER. Progress payments on
account of Unit Price Work wi:l be based on the number of
units competed.
Application for Progress Pus uR
14.2. At least twenty days before each progress payment
is scheduled Ibut not more often than once a months, CON-
TRACTOR shall submit to ENGINEER for review an Appli-
cation for Payment filed oil and signed by CONTRACTOR
covering The Work completed as of the date of the Application
and accompanied by such su-.partmc documentation as is
required by the Contract Documents. If payment is requested
on the basis of materials and equcrrrient not incorporated in
the Work but delisered and suitably stored at The site or at
another location agreed to in wntiig. The Appicauon for
Payment shat: also be accompanied `y a hill of sale, invoice
or other documentation warranting That OWNER has receised
the materials and equipment free and c.ear of all liens, charges.
security interests an. encumbrances iwhich are hereina::er
in these General Conditions referred to as "Liens") and
evidence that the materials and equipment are covered by
appropriate prnnerty insurance aria otter arrangements to
protect OWNER's interest :herein, all of wh ch will he sat-
isfactory to OWNER. The amount of relautage unh respect
to progress payments ui1 be as snpdated in tie .Agreement.
CONTRACTOR's Warranq• of Title:
14.3. CONTRACTOR uarmnis and guarantees :hat title
to all Work, materials and equipmeni covered by any Appli-
cation for Payment. whether incorparared in the P:o;ect or
not, will pass to OWNER no lacer than the time of ,payment
free and clear of a.l liens.
Review of Applications for Progress Payment:
14.4. ENGINEER will, within ten days after receipt of
each Application for Payment, either indicate in writing a
recommencat:on of payment and present The Application io
OWNER, er relurn the .Ap,.licaticn to CONTRACTOR indi-
cat,ni in wri:mg ENGINEERs reasons for rcfus:ng to rec-
ommend payment. In the latter case. CON'I RACTOR m;'
make Tme recessary corrections and resubmit The Aprlica-
ticn Ten dons after niesenimom.rf The Application for P.is-
ment s"ulli ENG!NIiER's recommendation, the amount rec-
ommendedwillT'uijccl. to the pros• ions of t he last se n:cr e
of paragra..h 14.7) become due ;in 'hen due wd: he paid by
OWNER to ('ON]'RACIOX.
l4 5. ENGINFER's recommendation of any pas menu
requested in an .Application for Payment will consulate a
I
I
I
I
I
I
I
UI
C
I
I
I
I
H
I
I
I
I
I
U.
I
C
representation by ENGINEER to OWNER, based on ENGI-
NEER's on -site observations of the Work in progress as an
experienced and qualified design professional and on ENGI-
NEER's review of the Application for Payment and the
accompanying data and schedules that the Work has pro-
gressed to the point indicated; that, to the best of ENGI-
NEER's knowledge, information and belief, the quality of
the Work is in accordance with the Contract Documents
(subject to an evaluation of the Work as a functioning whole
prior to or upon Substantial Completion, to the results of any
subsequent tests called for in the Contract Documents, to a
final determination of quantities and classifications for Unit
Price Work under paragraph 9.10, and to any other qualifi-
cations stated in the recommendation); and that CONTRAC-
TOR is entitled to payment of the amount recommended.
However, by recommending any such payment ENGINEER
will not thereby be deemed to have represented that exhaus-
tive or continuous on -site inspections have been made to
check the quality or the quantity of the Work beyond the
responsibilities specifically assigned to ENGINEER in the
Contract Documents or that there may not be other matters
or issues between the parties that might entitle CONTRAC-
TOR to be paid additionally by OWNER or OWNER to
withhold payment to CONTRACTOR.
14.6. ENGINEER's recommendation of final payment
will constitute an additional representation by ENGINEER
to OWNER that the conditions precedent to CONTRAC-
TOR's being entitled to final payment as set forth in paragraph
14.13 have been fulfilled.
14.7. ENGINEER may refuse to recommend the whole
or any part of any payment if, in ENGINEER's opinion, it
would be incorrect to make such representations to OWNER.
ENGINEER may also refuse to recommend any such pay-
ment, or, because of subsequently discovered evidence or
the results of subsequent inspections or tests, nullify any such
payment previously recommended, to luch extent as may be
necessary in ENGINEER's opinion to protect OWNER from
loss because:
14.7.1. the Work is defective, or completed Work has
been damaged requiring correction or replacement,
14.7.2. the Contract Price has been reduced by Writ-
ten Amendment or Change Order,
14.7.3. OWNER has been required to correct defec-
tive Work or complete Work in accordance with paragraph
13.14, or
14.7.4. of ENGINEER's actual knowledge of the
occurrence of any of the events enumerated in paragraphs
15.2.1 through 15.2.9 inclusive.
OWNER may refuse to make payment of the full amount
recommended by ENGINEER because claims have been
made against OWNER on account of CONTRACTOR's per-
formance or furnishing of the Work or Liens have been filed
in connection with the Work or there are other items entitling
OWNER to a set-off against the amount recommended, but
OWNER must give CONTRACTOR immediate written notice
(with a copy to ENGINEER) stating the reasons for such
action.
Substantial Completion:
14.8. When CONTRACTOR considers the entire Work
ready for its intended use CONTRACTOR shall notify
OWNER and ENGINEER in writing that the entire Work is
substantially complete (except for items specifically listed by
CONTRACTOR as incomplete) and request that ENGI-
NEER issue a certificate of Substantial Completion. Within
a reasonable time thereafter, OWNER, CONTRACTOR and
ENGINEER shall make an inspection of the Work to deter-
mine the status of completion. If ENGINEER does not con-
sider the Work substantially complete, ENGINEER will notify
CONTRACTOR in writing giving the reasons therefor. If
ENGINEER considers the Work substantially complete,
ENGINEER will prepare and deliver to OWNER a tentative
certificate of Substantial Completion which shall fix the date
of Substantial Completion. There shall be attached to the
certificate a tentative list of items to be completed or cor-
rected before final payment. OWNER shall have seven days
after receipt of the tentative certificate during which to make
written objection to ENGINEER as to any provisions of the
certificate or attached list. If, after considering such objec-
tions, ENGINEER concludes that the Work is not substan-
tially complete. ENGINEER will within fourteen days after
submission of the tentative certificate to OWNER notify
CONTRACTOR in writing, stating the reasons therefor. If,
after consideration of OWNER's objections, ENGINEER
considers the Work substantially complete. ENGINEER will
within said fourteen days execute and deliver to OWNER
and CONTRACTOR a definitive certificate of Substantial
Completion (with a revised tentative list of items to be com-
pleted or corrected) reflecting such changes from the tentative
certificate as ENGINEER believes justified after consider-
ation of any objections from OWNER. At the time of delivery.
of the tentative certificate of Substantial Completion ENGI-
NEER will deliver to OWNER and CONTRACTOR a written
recommendation as to division of responsibilities pending
final payment between OWNER and CONTRACTOR with
respect to security, operation, safety, maintenance, heat,
utilities, insurance and warranties. Unless OWNER and
CONTRACTOR agree otherwise in writing and so inform
ENGINEER prior to ENGINEER's issuing the definitive
certificate of Substantial Completion, ENGINEER's afore-
said recommendation will be binding on OWNER and CON-
TRACTOR until final payment.
14.9. OWNER shall have the right to exclude CON-
TRACTOR from the Work after the date of Substantial Com-
pletion. but OWNER shall allow CONTRACTOR reasonable
access to complete or correct items on the tentative list.
Partial Utilization:
14.10. Use by OWNER of any finished part of the Work,
which has specifically been identified in the Contract Docu-
' 27
ments. or which OWNER. ENGINEER and CONTRAC-
TOR agree constitutes a separately functioning and useable
part of the Work that can he used by OWNER without sig-
nificant interference with CON'I'RACTOR's performance of
the remainder of the Work, may he accomplished prior to
Substantial Completion of all the Work subject to the fol;ow-
ing:
14.10.1. OWNER at any time may request CON.
TRACTOR in writing In permit OWNER to use any such
part of the Work which OWNER believes to be ready for
its intended use and substantially complete. If CON-
TRACTOR agrees, CONTRACTOR will certify to O WNER
and ENGINEER that said part of the Work is substantially
complete and request ENGINEER to issue a certificate of
Substantial Completion for that part of the Work. CON-
TRACTOR at any time may notify OWNER and ENGI-
NEER in writing That CONTRACTOR considers any such
part of the Work ready for its intended use and substan-
tially complete and request ENGINEER to issue a certif-
icate of Substantial Comp!et:on for that part of the Work.
Within a reasonable t ime after eith er such request. OWNER.
CONTRACTOR and ENGINEER shall make an inspec-
lion of that part of the Work to determine its status of
completion. If ENGINEER does not consider that part of
the Work to be substantially complete, ENGINEER will
nocif) OWNER arid CONTRACTOR in writing giving the
reasons therefor. If ENGINEER considers that part of :he
Work to be substantially complete. the provisions of para-
graphs 14.8 and N.9 will apply with respect to cer.:ficaliun
of Substantial Completion of tha: part cf the Work and the
division of respons:bi:ny in respect thereof and access
thereto,
14.10.?. OWNER may at any time request CON.
TRACTOR in writing to permit OWNER in take over
operation of any such part of the Work although it is not
substantially complete. A copy of such requeSI wi:l be
sent to ENGINEER and within d reasonable tame there-
after OWNER, CONTRACTOR and ENGINEER shall
make an inspection of that part of the Work to cetermine
its stars of completion and wilt prepare a list of the items
remaining Co be completed or corrected thereon before
final payment, If CONTRACTOR does not object in writ-
ing to OWNER and ENGINEER that such part of the
Work is not ready for separate operation by OWNER.
ENGINEER writ finalize the gist of items to be completed
or corrected and oil: deliver such list to OWNER and
CONTRACTOR together with a written recommendation
as to the division of responsibilities Pending final pay ment
between OWNER and CONTRACTOR out respect to
security, operation, safety. mamtcnance. Wililies. )rsur-
ance. vv arrantics and g,iarartccs far 'nttt part of the Wnrk
which mill become !•indite upnr. O1t'NFR and CON-
TRACTOR at the lime uhcn UWNER take, over such
operori" n (unless they snail base orterm re.,greed in writ-
ing and •o in(wmed ENGINEER). Ihrnnc such oper ation
and pn.x to Substantial Ccrrr!c: tin ul such part ; I the
Work. OWNER shat allow CCN': RACTOR reasonable
access to compete or correct items on said list and to
complete other related WciK.
14.10.3. No occupancy or separate operation of part
of the Work wil! he accomplished prior to compliance with
the require:nen:s of parag! ipn 5.15 in respect of property
insurance.
Final Inspection.
14.11. Upon w niten notice from CONTRACTOR that :he
enure Work or an agreed portion tnereof is complete, ENGI-
NEER will make a final inspection with OWNER and CON-
TRACI OR and will notify CONTRACTOR in witting of all
particulars in which this inspection reveals that the Work is
incomplete or deferent. CONTRACTOR shall immediately
take such measures as are necessary !o remedy such defi-
ciencies.
Final Application far Pat mono:
14.12. After CONTRACTOR has completed all such cor-
rections to the satisfaction of ENGINEER and aelivered all
maintenance and operating mslractions, sc iedules. guaran-
tees- Bonds, cert hcates of irspec:ior.. marked -up record
documents ias provided in paragraph. 6.19) and otner docu-
men:s—afl as required h! the Conleet Documents, and after
ENGINEER has indicated that the \\ ork is acceptah:e (sub-
ject to the provisions of paragraph 14.16). CONTRACTOR
may make application fo- final raymtnt following the pro-
cedure for progress payments. The finai Application for Pay-
ment shall be accompanied by all documentation cafed for
in the Contract Documents. together u ith complete and legally
effective reieases or tcmcers (satisfactory :o OWNER) of all
Liens arising out of or bled ;n connecnon wilh :rte Work. In
lieu thereof and as approved by OWNER. CON rgAC'IOR
may furnish receipts or reica,es in full: an affidavit of CON-
TRACTOR that the releases and receipts inc:ude an abor,
services. material and equ pment for which a Lien could be
filed, and that all payrolls, material and equipment hills, and
other indebtedness connected with the Wouc for which
OWNER or OWNER's property might in any way be respon-
sible. have been paid or otherwise satisfies, and consent of
the surety. if any, to Ina! payment. II any Subcontractor or
Supplier fails to furnish a re'ease or receipt in full. CON-
TRACTOR may furnish a Bond or other collateral salisfac.
tory to OWNER to indemnify OWNER against any Lien.
Final Payment and Acceptance:
14.13. If, on the basis of IENGiNl-FR's ahsenannn of
the Work durng corntr'acion and final inspection, and
EM,!NEFR's review of the final Application fin Pavmenl
and d;comp❑ny, ng ,'O Unier ilmon- —,iil is requi:rJ by the
Contract Duct. mer. I'. IN ER Is satrsfic.l lh,a the We rk
lid, been completed iml ('ONI R ICI OH's etherc„lions
unacr the Con rid D,'curic n:s have t•cen lu'ril c•d, IiNG1-
NEER v1II, ithin ten ,;..)s Jrtcr •cccipt cl the final Am
cation lo- Pn)rrcnt, natc is in wn:me ENGINEER', rcc-
ommcna,irtir of paymerI and piescni the App'Lit:.nn :o
O\ NILR for paymcrl. thereupon ENGINEER uiI pi%c
Armen nolicc Io OWNER and CON rRA(TOR mat the Work
is acccp:ahle subject to the pros ision, of pdnigraph 14.16.
I
U
I
,g
I
H
I
I
fl
V
Li
L'
I
E
L
I
I
I
I
Otherwise, ENGINEER will return the Application to CON-
TRACTOR, indicating in writing the reasons for refusing to
recommend final payment, in which case CONTRACTOR
shall make the necessary corrections and resubmit the Appli-
cation. Thirty days after presentation to OWNER of the
Application and accompanying documentation, in appropri-
ate form and substance, and with ENGINEER's recommen-
dation and notice of acceptability, the amount recommended
by ENGINEER will become due and will be paid by OWNER
to CONTRACTOR.
14.14. If, through no fault of CONTRACTOR, final com-
pletion of the Work is significantly delayed and if ENGI-
NEER so confirms, OWNER shall, upon receipt of CON-
TRACTOR's final Application for Payment and recommen-
dation of ENGINEER, and without terminating the Agree-
ment, make payment of the balance due for that portion of
the Work fully completed and accepted. If the remaining
balance to be held by OWNER for Work not fully completed
or corrected is less than the retainage stipulated in the Agree-
ment, and if Bonds have been furnished as required in para-
graph 5.1, the written consent of the surety to the payment
of the balance due for that portion of the Work fully com-
pleted and accepted shall be submitted by CONTRACTOR
to ENGINEER with the Application for such payment. Such
payment shall be made under the terms and conditions gov-
erning final payment, except that it shall not constitute a
waiver of claims.
Contractor's Continuing Obligation:
14.15. CONTRACTOR's obligation to perform and com-
plete the Work in accordance with the Contract Documents
shall be absolute. Neither recommendation of any progress
or final payment by ENGINEER, nor the issuance of a cer-
tificate of Substantial Completion, nor any payment by
OWNER to CONTRACTOR under the Contract Documents,
nor any use or occupancy of the \York or any part thereof by
OWNER, nor any act of acceptance by OWNER nor any
failure to do so, nor any review and approval of a Shop
Drawing or sample submission, nor the issuance of a notice
of acceptability by ENGINEER pursuant to paragraph 14.13,
nor any correction of defective Work by OWNER will con-
stitute an acceptance of Work not in accordance with the
Contract Documents or a release of CONTRACTOR's obli-
gation to perform the Work in accordance with the Contract
Documents (except as provided in paragraph 14.16).
Waiver of Claims:
. 14.16. The making and acceptance of final payment will
constitute:
14.16.1. a waiver of all claims by OWNER against
CONTRACTOR, except claims arising from unsettled
Liens, from defective Work appearing after final inspec-
tion pursuant to paragraph 14.11 or from failure to comply
with the Contract Documents or the terms of any special
guarantees specified therein: however, it will not consti-
tute a waiver by OWNER of any rights in respect of
CONTRACTOR's continuing obligations under the Con-
tract Documents; and
I4.16:i'a ! aiver of all claims by CONTRACTOR
against OW other than those previously made in writ-
ing and still uq tled.
I.
ARTICLE 15 —SW PENSION OF WORK AND
TERMJNA?ION
Owner May Suspend t:
15.1. OWNER may, at any time and without cause, sus-
pend the Work or any portion thereof for a period of not more
than ninety days by notice in writing to CONTRACTOR and
ENGINEER which will fix the date on which Work will be
resumed. CONTRACTOR shall resume the Work on the date
so fixed. CONTRACTOR shall be allowed an increase in the
Contract Price or an extension of the Contract Time, or both,
directly attributable to any suspension if CONTRACTOR
makes an approved claim therefor as provided in Articles I1
and 12.
Owner May Terminate:
15.2. Upon the occurrence of any one or more of the
following events:
15.2.1. if CONTRACTOR commences a voluntary case
under any chapter of the Bankruptcy Code (Title 11, United
States Code), as now or hereafter in effect, or if CON-
TRACTOR takes any equivalent or similar action by filing
a petition or otherwise under any other federal or state
law in effect at such time relating to the bankruptcy or
insolvency;
15.2.2. if a petition is filed against CONTRACTOR
under any chapter of the Bankruptcy Code as now or
hereafter in effect at the time of filing, or if a petition is
filed seeking any such equivalent or similar relief against
CONTRACTOR under any other federal or state law in
effect at the time relating to bankruptcy or insolvency;
15.2.3. if CONTRACTOR makes a general assignment
for the benefit of creditors;
15.2.4. if a trustee, receiver, custodian or agent of
CONTRACTOR is appointed under applicable law or under
contract, whose appointment or authority to take charge
of property of CONTRACTOR is for the purpose of
enforcing a Lien against such property or for the purpose
of general administration of such property for the benefit
of CONTRACTOR's creditors;
15.2.5. if CONTRACTOR admits in writing an inabil-
ity to pay its debts generally as they become due:
15.2.6. if CONTRACTOR persistently fails to perform
the Work in accordance with the Contract Documents
1 29
I
(including, but not limited to, failure to supply sufrcient
skilled workers or suitable materials or equipmcnl or
failure to adhere to the progress schedule esrah:isned under
paragraph 2.9 as revised from time to lime);
15.2.7. if CONTRACTOR disregards Laws or Regu-
lations of any public body having jurisdiction;
15.2.8. if CONTRACTOR disregards the authority of
ENGINEER; or
15.2.9. if CONTRACTOR otherwise violates in any
substantial way any provisions of the Contract Docu-
ments:
OWNER may. after giving CONTRACTOR (and the surety,
if there be one) seven days' written notice and to the extent
permitted by Laws and Regulations. lerminale the services
of CONTRACTOR, exclude CONTRACTOR from the site
and lake possession of the Work and of all CONTRACTOR's
tools, appliances, construction equipment and machinery al
the site and use the same to the furl extent they could be used
by CONTRACTOR (without liability to CONTRACTOR for
trespass or conversion), incorporate in the Work a:1 materials
and equipment stored at the site or for which OWNER has
paid CONTRACTOR but which are stored elsewhere, and
finish the Work as OWNER may deem expedient In such
case CONTRACTOR shall not be er.lilled to receive any
further payment until the Work is finished. If the unpaid
balance of the Contract Price exceeds the drecl. indirect and
consequential casts of completing the Work linc:uding hit
not tinned to fees and charges of engineers, arch.ilects. attor-
neys and ocher professionals and court and arbitration costs)
such excess will be paid to CONTRACTOR. If such costs
exceed such unpaid balance. CONTRACTOR shall pay the
difference to OWNER. Such costs incurred by OWNER will
be approved as to reasonableness by ENGINEER and incor-
porated in a Change Order, but when exercising any rights
or re medies under this paragrt; h OWNER shall not be required
to obtain the !owest price for the Work performed,
15 3. Wherr CONTRACTOR's services hase been so
terminated by OWNER. the Icrmirilion will not alfect any
rights or remetties of OWNER apamsi CONTRACTOR then
existing or Shoe$ ay thereafter accrue. Any re;eninn or
payment of monefl;iue CONTRACTOR by OWNER wil!
not rcleaseCON TPI\CTOR from liab,h:%,
rI
15.4. Upon seven days' written notice to CONTRAC-
TOR and ENGINEER, OWNER may, without cause and
without prejudice to any other right or remedy, elect io aban-
don the Work and terminate the Agreement. In such case.
CONTRACTOR shat he paid for all Work executed and any
expense sustained plus Npnahle termination expenses. which
will include, but not be t mited to. direct, indirect and con-
sequential costs (including, bat not .'irmted to. fees and charges
of engineers, architects. attorneys anc other professionals
and court and arbitration costs).
Contra clot Mc, Stop 11 ork or Tenn muse:
15.-s. If, through no act or foul: of CONTRACTOR. the
Work is susper.ded for a period of more than ninety days by
OWNER or under an order of court or other public authority.
or ENGINEER fails to act on any Application for Payment
within thirty days after it is submitted. or OWNER fails for
thirty days to pay CONTRACTOR any sum f.nal:y deter-
mined to he due. then CONTRACTOR may, upon seven
days' written notice to OWNER and ENGINEER, lerminale
the Agreement an recoser from OWNER payment for alt
Work executed and any expense sustained plus reasonable
termination expenses. in addition and in tics of terminating
the Agreement. if ENGINEER has faired Co act on an Appli-
cation for Payment or OWNER has faded to make any pay-
ment as aforesaid. CONTRACTOR may upon seven days'
written no:ice to OWNER and ENGINEER stop the Work
until payment of all amounts liter due, The provisions of this
paragraph sha:l not relieve CONTRACTOR of the obligations
under paragraph 6.29 to carry on the Work in accordance
with the progress schedule and without delay dunng drspules
and disagrecmerts m ith OWNER,
[The remainder of this page ssas eft Hank ;ntentranally.I
u
I
Li
L
r
I
I
I
I
I
I
I
1i
I
I
I
30
[I
I
I
I
LI
I
I
I
[Ti
I
I
I
P
I
L
I
ARTICLE 16 —ARBITRATION
16.1. Al! claims, disputes and other matters in question
between OWNER and CONTRACTOR arising out of, or
relating to the Contract Documents or the breach thereof
(except for claims which have been waived by the making or
acceptance of final payment as provided by paragraph 14.16)
will be decided by arbitration in accordance with the Con-
struction Industry Arbitration Rules of the American Arbi-
tration Association then obtaining subject to the limitations
of this Article 16. This agreement so to arbitrate and any
other agreement or consent to arbitrate entered into in accor-
dance herewith as provided in this Article 16 will be specifi-
cally enforceable under the prevailing law of any court having
jurisdiction. .
16.2. No demand for arbitration of any claim, dispute or
other matter that is required to be referred to ENGINEER
initially for decision in accordance with paragraph 9.11 will
be made until the earlier of (a) the date on which ENGINEER
has rendered a decision or (b) the tenth day after the parties
have presented their evidence to ENGINEER if a written
decision has not been rendered by ENGINEER before that
date. No demand for arbitration of any such claim, dispute
or other matter will be made later than thirty days after the
date on•which ENGINEER has rendered a written decision
in respect thereof in accordance with paragraph 9.11; and the
failure to demand arbitration within said thirty days' period
shall result in ENGINEER's decision being final and binding
upon OWNER and CONTRACTOR. If ENGINEER renders
a decision after arbitration proceedings have been initiated,
such decision maybe entered as evidence but will not supersede
the arbitration proceedings, except where the decision is
acceptable to the parties concerned. No demand for arbitra-
tion of any written decision of ENGINEER rendered in
accordance with paragraph 9.10 will be made later than ten
days after the party making such demand has delivered writ-
ten notice of intention to appeal as provided in paragraph
9.10.
16.3. Notice of the demand for arbitration will be filed in
writing with the other party to the Agreement and with the
American Arbitration Association, and a copy will be sent to
ENGINEER for information. The demand for arbitration will
be made within the thirty -day or ten-day period specified in
paragraph 16.2 as applicable, and in all other cases within a
reasonable time after the claim, dispute or other matter in
question has arisen, and in no event shall any such demand
be made after the date when institution of legal or equitable
proceedings based on such claim, dispute or other matter in
question would be barred by the applicable statute of limi-
tations.
16.4. No arbitration arising out of or relating to the Con-
tract Documents shall include by consolidation, joinder or in
any other manner any other person or entity (including
ENGINEER, ENGINEER's agents, employees or consul-
tants) who is not a party to this contract unless:
16.4.1. the inclusion of such other person or entity is
necessary if complete relief is to be afforded among those
who are already parties to the arbitration,
16.4.2. such other person or entity is substantially
• involved in a question of law or fact which is common to
those who are already parties to the arbitration and which
will arise in such proceedings, and
16.4.3. the written consent of the other person or entity
sought to be included and of OWNER and CONTRAC-
TOR has been obtained for such inclusion, which consent
shall make specific reference to this paragraph; but no
such consent shall constitute consent to arbitration of any
dispute not specifically described in such consent or to
arbitration with any party not specifically identified in such
consent.
16.5. The award rendered by the arbitrators will be final,
judgment may be entered upon it in any court having juris-
diction thereof, and will not be subject to modification or
appeal except to the extent permitted by Sections 10 and II
of the Federal Arbitration Act (9 U.S.C. $$10,11).
[The remainder of this page was left blank intentionally.]
C
3l
I
I
I
I
Li
I
I
I
Li
I
I
LJ
I
E
I
ARTICLE 17 —MISCELLANEOUS
Giving Notice:
17.1. Whenever any provision of the Contract Docu-
ments requires the giving of written notice, it will be deemed
to have been validly given if delivered in person to the indi-
vidual or to a member of the firm or to an officer of the
corporation for whom it is intended, or if delivered at or sent
by registered or certified mail, postage prepaid. to the last
business address known to the giver of the notice.
Computation of Time:
17.2.1. When any period of time is referred to in the
Contract Documents by days. it will be computed to exclude
the first and include the last day of such period. If the last
day of any such period falls on a Saturday or Sunday or
on a day made a legal holiday by the law of the applicable
jurisdiction, such day will be omitted from the computa-
tion.
17.2.2. A calendar day of twenty-four hours measured
from midnight to the next midnight shall constitute a day.
General:
17.3. Should OWNER or CONTRACTOR suffer injury
or damage to person or property because of any error, omis-
sion or act of the other party or of any of the other party's
employees or agents or others for whose acts the other party
is legally liablAlaim will be made in writing to the other
party within3o§able time of the first observance of such
injury or damage•. Z provisions of this paragraph 17.3 shall
not be construed ak substitute for or a waiver of the pro-
visions of any appliF ttatute of limitations or repose.
•t
•
17.4. The duties ad8.0bligations imposed by these Gen-
eral Conditions and the rights and remedies available here-
under to the parties hete*a; and, in particular but without
limitation, the warrantie arantees and obligations imposed
upon CONTRACTOR b 'graphs 6.30.13.1, 13.12, 13.14,
14.3 and 15.2 and all of the rights and remedies available to
OWNER and ENGINEER thereunder, are in addition to,
and are not to be construed in any way as a limitation of, any
rights and remedies available to any or all of them which are
otherwise imposed or available by Laws or Regulations, by
special warranty or guarantee or by other provisions of the
Contract Documents, and the provisions of this paragraph
will be as effective as if repeated specifically in the Contract
Documents in connection with each particular duty, obliga-
tion, right and remedy to which they apply. All representa-
tions, warranties and guarantees made in the Contract Doc-
uments will survive final payment and termination or com-
pletion of the Agreement.
I
33
I
I
1l
I
TABLE OF CONTENTS
OF SUPPLEMENTARY CONDITIONS
SC -1 Definitions and Abbreviations .......................... SC -1
' SC -2 Preliminary Matters ..................... a ........... SC -3
SC -5 Bonds and Insurance SC -3
SC -6 Contractor's Responsibilities SC -6
' SC -7 Other Work SC -6
SC -8 Owner's Responsibilities ............................. SC -7
SC -9 Engineer's Status During Construction ................... SC -7
SC -11 Change of Contract Price . . . 1 0 1 1 a .................... SC -10
SC -13 Warranty and Guarantee; Tests and Inspections; Correction,
Removal or Acceptance of Defective Work ................ SC -11
I
I
I
I
I
I
I
I
I
SC-i
I
Supplementary Conditions
I
C
I
I
I
I
L
The words "Mayor and "City Clerk" shall mean, respectively, the Mayor and City Clerk
of the City of Fayetteville, Arkansas.
The words "City Attorney" shall mean the City Attorney of the City of Fayetteville,
■ Arkansas.
SUPPLEMENTARY CONDITIONS
These Supplementary Conditions amend or supplement the Standard General Conditions
of the Construction Contract (No. 1910-8, 1983 Edition) and other provisions of the
Contract Documents as indicated below. All provisions which are not so amended or
supplemented remain in full force and effect.
Qj DEFINITIONS AND ABBREVIATIONS
In addition to the provisions of Article 1, the following respective supplemental definitions
apply:
The words "OWNER" and "City" shall mean the City of Fayetteville, Arkansas, acting
through its duly authorized representatives.
The words "Board of Directors" shall mean the Board of Directors of Fayetteville,
Arkansas, the duly elected or appointed governing body of the City of Fayetteville,
Arkansas.
The word "ENGINEER" shall mean the engineering firm of McGoodwin, Williams and
Yates, Inc., Consulting Engineers, or their duly authorized agent, who have been
employed by the City of Fayetteville, Arkansas for this Work.
' The words "Resident Project Representative" shall mean the authorized representative
of the ENGINEER who is assigned to the site or any part thereof.
' The word "surety" or "sureties" shall mean the bondsmen or party or parties who have
made sure the fulfillments of the Contract by Bonds, and whose signatures are attached
to said Bonds.
The word "Advertisements shall mean all the legal publications pertaining to the Work
of this Contract.
I
I
The word "Plans" shall mean, collectively, all of the Drawings pertaining to the Contract
and made a part thereof, and also such Supplementary Drawings as the ENGINEER may
issue from time to time in order to clarify the Drawings, or for the purpose of showing
changes in the Work as authorized under the section "Modifications and Alterations'
or for showing details which are not shown thereon.
The term "grade" used in these Specifications is understood to refer to and indicate the
established elevations of the paving, flow line of sewers or other appurtenances as
shown on the Plans on file in the office of the official designated in the "Advertisement
I
SC -1
Supplementary Conditions
I
for Bids."
Whenever the following abbreviations are used, they shall have the meanings given
below:
I
I
AASHTO - American Society of State Highway Officials '
ACI - American Concrete Institute
AGA - American Gas Association
AHTD - Arkansas State Highway & Transportation Department ,
ASHTD - Arkansas State Highway & Transportation Department
AISC - American Institute of Steel Construction
ANSI - American National Standards Institute '
APA - American Plywood Association
ASA - American Standards Association
ASTM - American Society for Testing Materials
AWG - American Wire Gauge
AWPA - American Wood Products Association
AWS - American Welding Society
AWWA - American Water Works Association
GSA - General Services Administration, U. S. Government
NBHA - National Builders Hardware Association
NEC - National Electrical Code
NEMA - National Electrical Manufacturers Association
NFPA - National Fire Protection Association
NPT - National Pipe Thread
SBC - Standard Building Code
SPA - Southern Products Association
UL Underwriters' Laboratories 1
A - ampere
cfm - cubic feet per minute
CGMP - corrugated galvanized metal pipe
DIP - ductile iron pipe
gpm - gallons per minute
Hp horsepower
MGD - million gallons per day
N.C. - normally closed
N.O. - normally open
ppm - parts per million
psi - pounds per square inch
PVC - polyvinyl chloride (pipe)
R - motor starter relay
RCP - reinforced concrete pipe
rpm - revolutions per minute
T.D. - time delay
TDH - total dynamic head
V - volt
I
SC -2
I
I
I
I
I
I
,Q2 PRELIMINARY MATTERS
Add the following language at the end of paragraph 2.2 of the General Conditions:
Copies of Contract. Not less than six copies of the bound volumes of the
proposal, Contract and stipulations shall be prepared, each containing an exact copy of
the CONTRACTOR'S proposal as submitted, the Bond or Bonds properly executed and
Contracts signed by both parties thereto. However, the CONTRACTOR and the surety
executing the Bond shall not date the Contract or the Bond upon submission for
execution by the OWNER. These documents will be dated the date the OWNER
executes the Contract.
' -2. Furnishing of Insurance Data. Amend the first sentence of paragraph 2.7
of the General Conditions by striking out the following words: "and OWNER shall deliver
to CONTRACTOR certificates (and other evidence of insurance requested by
CONTRACTOR) which OWNER is required to purchase and maintain in accordance with
paragraphs 5.6 and 5.7."
BONDS AND INSURANCE
Add a new paragraph Immediately after paragraph 5.1 of the General Conditions which
IIs to read as follows:
Resident Agent. The CONTRACTOR shall furnish performance and
' payment bonds as provided for by Article 5 of the General Conditions executed by a
resident local agent who is licensed by the Arkansas State Insurance Commissioner to
represent the surety company executing said bonds, and filing with such bonds his
power -of -attorney. The mere countersigning of the bonds by a resident agent will not be
sufficient. No employers' liability, public liability or workmen's collective insurance policy
shall be written in any casualty company not authorized to do business in the State of
Arkansas. These policies shall likewise be issued by a resident local agent licensed by
the Insurance Commission of the State of Arkansas.
' -5.3 Contractor's Liability Insurance
Add the following paragraphs immediately after the respective paragraphs contained in
SC -5.3 of the General Conditions:
SC -5.3 The limits of liability for the insurance required by paragraph 5.3 of the
' General Conditions shall provide coverage for not less than the following amounts or
greater where required by Laws and Regulations:
• SC -5.3.1 and SC -5.3.2 Workers' Compensation etc. under paragraphs 5.3.1 and 5.3.2
of the General Conditions:
1) State: Statutory
2) Applicable Federal (e.g. Longshoreman's): Statutory
3) Employer's Liability:
$ 500,000 Each Occurrence
ISC -3
Supplementary Conditions I
CONTRACTOR agrees to waive all rights of subrogation against
McGocdwin, Williams and Yates, Inc., Consulting Engineers and the
OWNER, for Work performed under Contract.
SC -5.3.3. SC -5.3.4, SC -5.3.5 and SC -5.3.6 Comprehensive General Liability (under
paragraphs 5.3.3 through 5.3.6 of the General Conditions):
$2,000,000 Combined Single Limit
Policies will Include premises/operations, products, completed operations, '
Independent contractors, Explosion, Collapse, Underground Hazard, Broad
Form Contractual, Personal Injury with employment exclusion deleted, and
Broad Form Property Damage.
SC -5.3.7 Comprehensive Automobile Liability
Bodily Injury:
$1,500,000 Each Person I
$3,000,000 Each Occurrence
Property Damage: 1
$ 600,000 Each Occurrence '
or a combined single limit of $2,000,000.
SC -5,5 OWNER'S Liability Insurance. Delete paragraph 5.5 of the General
Conditions in its entirety and insert the following in its place: 1
;L OWNER'S and ENGINEER'S Contingent Protective Liability
Insurance. The CONTRACTOR shall indemnify and save harmless the
OWNER and ENGINEER from and against all losses and claims, demands,
payments, suits, actions, recoveries and judgments of every nature and
description brought or recovered against them by reason of any omission ,
or act of the CONTRACTOR, his agent or employees in the execution of
the Work or in the guarding of it. The CONTRACTOR shall obtain in the
name of the OWNER and ENGINEER (either as co-insured or by
endorsement), and shall maintain and pay the premiums for such insurance
In an amount not less than $2,000,000 for property damage and bodily
Injury limits, and with such provisions as will protect the OWNER and
ENGINEER from contingent liability under this Contract.
SC -5.6 Property Insurance. Delete paragraph 5.6 of the General Conditions in its
entirety and insert the following in its place:
5_6 Property Insurance. CONTRACTOR shall purchase and maintain
until final payment property insurance upon the Work at the site to the full
insurable value thereof (subject to such deductible amounts as may be
provided in these Supplementary Conditions or required by Laws and '
SC -4 I
ISupplementary Conditions
Regulations) but not less than an amount equal to the Total Bid Price. This
Insurance shall Include the interests of OWNER, CONTRACTOR,
Subcontractors, ENGINEER and ENGINEER's consultants in the Work (all
of whom shall be listed as insureds or additional insured parties), shall
Insure against the perils of fire and extended coverage, shall include "all-
' riskinsurance for physical loss and damage including theft, vandalism and
malicious mischief, collapse, flood, and water damage, and such other
perils as may be provided In these Supplementary Conditions, and shall
' Include damages, losses and expenses arising out of or resulting from any
Insured loss or incurred in the repair or replacement of any insured
property (including but not limited to fees and charges of engineers,
' architects, attorneys and other professionals). If not covered under the
"all-risk" insurance or otherwise provided in these Supplementary
Conditions, CONTRACTOR shall purchase and maintain similar property
Insurance on portions of the Work stored on and off the site or in transit
when such portions of the Work are to be included in an Application for
Payment. The policies of insurance required to be purchased and
maintained by CONTRACTOR In accordance with this paragraph 5.6 and
will contain a provision or endorsement that the coverage afforded will not
be canceled or materially changed or renewal refused until at least 30 days'
prior written notice has been given to OWNER by certified mail and will
'contain waiver provisions in accordance with paragraph 5.11.2.
5.7 Delete paragraph 5.7 of the General Conditions in its entirety and insert the
Ifollowing in its place:
Other Insurance. The CONTRACTOR is to protect the OWNER
against all loss during the course of the Contract. If, due to the nature of
the Project, insurance coverage other than that specified is needed by the
CONTRACTOR to protect the OWNER against all losses, the
' CONTRACTOR is responsible for determining the type of insurance needed
and purchasing same.
' SC -5.8 Delete paragraph 5.8 of the General Conditions in its entirety and insert the
following in its place:
Policies shall also specify insurance provided by CONTRACTOR will
be considered primary and not contributory to any other insurance available
to the OWNER or the ENGINEER.
All policies will provide for 30 days written notice prior to any cancellation
or nonrenewal of insurance policies required under Contract. "Will
endeavor" and "but failure to mail such notice shall Impose no obligation
or liability of any kind upon the Company, its agents or representatives"
wording will be deleted from certificates.
IC-5.10 Delete paragraph 5.10 of the General Conditions in its entirety.
I
I
SC -5
Supplementary Conditions I
SC -5.12 Receipt and Application of Proceeds. Delete paragraph 5.12 of the General '
Conditions in its entirety.
SC -5.13 Delete paragraph 5.13 of the General Conditions in its entirety. '
SC -5.1 Acceptance of Insurance. Delete paragraph 5.14 of the General Conditions '
In its entirety.
SC -6 CONTRACTOR'S RESPONSIBILITIES
.2 Shoo Drawings and Samples. Add the following language at the end of the
first sentence of paragraph 6.23 of the General Conditions: 'The Shop Drawing Review '
by the ENGINEER Is for general compliance with the Contract Documents. No
responsibility Is assumed by the ENGINEER for correctness of dimensions or details.'
SC -7 OTHER WORK '
Separate CONTRACTOR Claim. Add a new paragraph Immediately afler
paragraph 7.4 of the General Conditions which shall read as follows: '
SC -7.5. Should CONTRACTOR cause damage to the Work or
property of any separate contractor at the site, or should any claim arising
out of CONTRACTOR'S performance of the Work at the site be made by
any separate contractor against CONTRACTOR, OWNER or ENGINEER,
or any other person, CONTRACTOR shall promptly attempt to settle with
such other contractor by agreement, or to otherwise resolve the dispute by
arbitration or at law. CONTRACTOR shall, to the fullest extent permitted
by Laws and Regulations, indemnify and hold OWNER and ENGINEER
harmless from and against all claims, damages, losses and expenses
(including, but not limited to, fees of engineers, architects, attorneys and
other professionals and court and arbitration costs) arising directly,
Indirectly or consequentially out of any action, legal or equitable, brought
by any separate contractor against OWNER or ENGINEER to the extent
based on a claim arising out of CONTRACTOR'S performance of the Work.
Should a separate contractor cause damage to the Work or property of
CONTRACTOR or should the performance of Work by any separate
contractor at the site give rise to any other claim, CONTRACTOR shall not
institute any action, legal or equitable, against OWNER or ENGINEER or
permit any action against any of them to be maintained and continued In
Its name or for its benefit in any court or before any arbiter which seeks to
Impose liability on or to recover damages from OWNER or ENGINEER on
account of any such damage or claim. If CONTRACTOR is delayed at any
time in performing or furnishing Work by any act or neglect of a separate
contractor and OWNER and CONTRACTOR are unable to agree as to the
extent of any adjustment in Contract Time attributable thereof,
CONTRACTOR may make a claim for an Extension of Time in accordance
with Article 12. An Extension of the Contract Time shall be
CONTRACTOR'S exclusive remedy with respect to OWNER and
ENGINEER for any delay, disruption, interference or hindrance caused by I
SC -6 I
Supplementary Conditions 1
b) Receive samples which are furnished at the site by CONTRACTOR, and
notify ENGINEER of availability of samples for examination.
c) Advise ENGINEER and CONTRACTOR of the commencement of any
Work requiring a Shop Drawing or sample If the submittal has not been
approved by ENGINEER.
5) Review of Work. Rejection of Defective Work, Inspections and Tests. '
a) Conduct on -site observations of the Work in progress to assist
ENGINEER In determining if the Work Is in general proceeding in
accordance with the Contract Documents.
b) Report to ENGINEER whenever RPR believes than any Work is
unsatisfactory, faulty or defective or does not conform to the Contract
Documents, or has been damaged, or does not meet the requirements of
any inspection, test or approval required to be made; and advise
ENGINEER of Work that RPR believes should be corrected or rejected or '
should be uncovered for observation, or requires special testing, inspection
or approval.
c) Verify that tests, equipment and systems startups and operating and '
maintenance training are conducted in the presence of appropriate
personnel, and that CONTRACTOR maintains adequate records thereof;
and observe, record and report to ENGINEER appropriate details relative
to the test procedures and startups.
d) Accompany visiting inspectors representing public or other agencies
having jurisdiction over the Project, record the results of these inspections
and report to ENGINEER.
6) Interpretation of Contract Documents. Report to ENGINEER when
clarifications and interpretations of the Contract Documents are needed and
transmit 10 CONTRACTOR clarifications and interpretations as issued by
ENGINEER.
7) Modifications. Consider and evaluate CONTRACTOR'S suggestions for ,
modifications in Drawings or Specifications and report with RPR's
recommendations to ENGINEER. Transmit to CONTRACTOR decisions as
Issued by ENGINEER.
8) Records.
a) Maintain at the job site orderly files for correspondence, reports of job
conferences, Shop Drawings and samples, reproductions o1 original
Contract Documents Including all Work Directive Changes, Addenda,
Change Orders, Field Orders, additional Drawings issued subsequent to the
execution of the Contract, ENGINEER'S clarifications and interpretations of
the Contract Documents, progress reports, and other Project related
documents.
b) Keep a diary or log book, recording CONTRACTOR hours on the job
site, weather conditions, data relative to questions of Work Directive ,
Changes, Change Orders or changed conditions, list of job site visitors,
daily activities, decisions, observations in general, and specific observations
in more detail as in the case of observing test procedures; and send copies I
SC -8
' Supplementary Conditions
any separate contractor. This paragraph does not prevent recovery from
OWNER or ENGINEER for activities that are their respective
responsibilities.
$G-8 OWNER'S RESPONSIBILITIES
' - . Delete paragraph 8.5 of the General Conditions in its entirety.
$.Q 2 ENGINEER'S STATUS DURING CONSTRUCTION
- . Add the following language at the end of paragraph 9.3 of the General
Conditions:
Duties. Responsibilities and Limitations of Authority of
Resident Project Representative.
I n r
The Resident Project Representative (RPR), who is the ENGINEER'S
agent, will act as directed by and under the supervision of the ENGINEER
and will confer with the ENGINEER regarding Its actions. The Resident
' Project Representative's dealings in matters pertaining to the on -site Work
shall, in general, be only with the ENGINEER and the CONTRACTOR, and
dealings with subcontractors shall only be through or with the full
' knowledge of the CONTRACTOR. Written communication with the
OWNER will be only through or as directed by the ENGINEER.
' Duties and Responsibilities of RPR
1) Schedules. Review the progress schedule, schedule of Shop Drawing
' submittals and schedule of values prepared by CONTRACTOR and consult
with ENGINEER concerning acceptability.
I
I
I
I
I
I
2) Conferences and Meetings. Attend meetings with CONTRACTOR, such
as preconstruction conferences, progress meetings, job conferences and
other project -related meetings, and prepare and circulate copies of minutes
thereof.
3)Las n.
a) Serve as ENGINEER'S liaison with CONTRACTOR, working principally
through CONTRACTOR'S superintendent and assist in understanding the
intent of the Contract Documents; and assist ENGINEER in serving as
OWNER'S liaison with CONTRACTOR when CONTRACTOR'S operations
affect OWNER'S on -site operations.
b) Assist in obtaining from OWNER additional details or information, when
required for proper execution of the Work.
4)
Shop Drawings
and Samples.
a)
Record date of
receipt of
Shop Drawings and samples.
SC -7
Supplementary Conditions ,
b) Receive samples which are furnished at the site by CONTRACTOR, and '
notify ENGINEER of availability of samples for examination.
c) Advise ENGINEER and CONTRACTOR of the commencement of any
Work requiring a Shop Drawing or sample if the submittal has not been
approved by ENGINEER.
5) Review of Work. Reiection of Defective Work. Inspections and Tests. '
a) Conduct on -site observations of the Work in progress to assist
ENGINEER in determining if the Work Is in general proceeding in
accordance with the Contract Documents.
b) Report to ENGINEER whenever RPR believes than any Work is
unsatisfactory, faulty or detective or does not conform to the Contract
Documents, or has been damaged, or does not meet the requirements of
any inspection, test or approval required to be made; and advise
ENGINEER of Work that RPR believes should be corrected or rejected or
should be uncovered for observation, or requires special testing, inspection
or approval.
c) Verify that tests, equipment and systems startups and operating and '
maintenance training are conducted in the presence of appropriate
personnel, and that CONTRACTOR maintains adequate records thereof;
and observe, record and report to ENGINEER appropriate details relative '
to the test procedures and startups.
d) Accompany visiting inspectors representing public or other agencies
having jurisdiction over the Project, record the results of these inspections
and report to ENGINEER. '
6) Interpretation of Contract Documents. Report to ENGINEER when
clarifications and interpretations of the Contract Documents are needed and I
transmit to CONTRACTOR clarifications and interpretations as issued by
ENGINEER.
7) Modifications. Consider and evaluate CONTRACTOR'S suggestions for I
modifications in Drawings or Specifications and report with RPR's
recommendations to ENGINEER. Transmit to CONTRACTOR decisions as
Issued by ENGINEER.
8) Records.
a) Maintain at the Job site orderly files for correspondence, reports of job
conferences, Shop Drawings and samples, reproductions of original
Contract Documents including all Work Directive Changes, Addenda,
Change Orders, Field Orders, additional Drawings issued subsequent to the
execution of the Contract, ENGINEER'S clarifications and interpretations of
the Contract Documents, progress reports, and other Project related
documents.
b) Keep a diary or log book, recording CONTRACTOR hours on the job
site, weather conditions, data relative to questions of Work Directive '
Changes, Change Orders or changed conditions, list of job site visitors,
daily activities, decisions, observations in general, and specific observations
In more detail as in the case of observing test procedures; and send copies I
SC -8 '
ISupplementary Conditions
to ENGINEER.
c) Record names, addresses and telephone 'numbers of all
' CONTRACTORS, subcontractors and major suppliers of materials and
equipment.
' 9) Reports.
a) Furnish ENGINEER periodic reports as required of progress of the Work
and of CONTRACTOR'S compliance with the progress schedule and
schedule of Shop Drawings and sample submittals.
b) Consult with ENGINEER In advance of scheduled major tests,
Inspections or start of important phases of the Work.
c) Draft proposed Change Orders and Work Directive Changes, obtaining
backup material from CONTRACTOR and recommend to ENGINEER
Change Orders, Work Directive Changes, and Field Orders.
d) Report immediately to ENGINEER and OWNER upon the occurrence of
any accident.
10) Payment Requests. Review applications for payment with
CONTRACTOR for compliance with the established procedure for their
submission and forward with recommendations to ENGINEER, noting
particularly the relationship of the payment requested to the schedule of
values, Work completed and materials and equipment delivered at the site
but not incorporated in the Work.
' 11) Certificates. Maintenance and Operation Manuals. During the course
of the Work, verify that certificates, maintenance and operation manuals
and other data required to be assembled and furnished by CONTRACTOR
are applicable to the Items actually installed and in accordance with the
Contract Documents, and have this material delivered to ENGINEER for
review and forwarding to OWNER prior to final payment for the Work.
12) Completion.
a) Before ENGINEER Issues a Certificate of Substantial Completion, submit
Ito CONTRACTOR a list of observed Items requiring completion or
correction.
b) Conduct final inspection in the company of ENGINEER, OWNER and
' CONTRACTOR and prepare a final list of items to be completed or
corrected.
c) Observe that all items on final list have been completed or corrected and
make recommendations to ENGINEER concerning acceptance.
Limitations of Authority (except upon written instruction of the ENGINEER).
Resident Project Representative:
I. shall not authorize any deviation from the Contract Documents or
substitution of materials or equipment, unless authorized by
ENGINEER.
i
I
SC -9
Supplementary Conditions ,
• shall not exceed limitations of ENGINEER'S authority as set forth in '
the Agreement or the Contract Documents.
• shall not undertake any of the responsibilities of CONTRACTOR, '
subcontractors or CONTRACTOR'S superintendent.
• shall not advise on, issue directions relative to or assume control 1
over any aspect of the means, methods, techniques, sequences or
procedures of construction unless such advise or directions are ,
specifically required by the Contract Documents.
• shall not advise on, issue directions regarding or assume control '
over safety precautions and programs in connection with the Work.
shall not accept Shop Drawing or sample submittals from anyone
other than CONTRACTOR.
• shall not authorize OWNER to occupy the Project in whole or in part.
• shall not participate in specialized field or laboratory tests or
inspections conducted by others except as specifically authorized by '
ENGINEER.
SC -11 CHANGE OF CONTRACT PRICE
SC -ti Unit Price Work. Paragraph 11.9.3 of the General Conditions is hereby
deleted in its entirety and the following is substituted in Its place:
The unit price of an item of Unit Price Work shall be subject to reevaluation
and adjustment under the following conditions:
11.9.3.1 if the total cost of a particular item of Unit Price Work amounts
to 25 percent or more of the Contract Price and the variation of the quantity
of that particular item of Unit Price Work performed by CONTRACTOR 1
differs by more than 25 percent from the estimated quantity of such item
indicated in the Agreement; and
11.9.3.2 if there is no corresponding adjustment with respect to any
other item of Work; and
11.9.3.3 if CONTRACTOR believes that it has incurred additional 1
expense as a result thereof; and
11.9.3.4 if OWNER believes that the quantity variation entitles it to an
adjustment in the unit price, either OWNER or CONTRACTOR may make
a claim for an adjustment in the Contract Price in accordance with Article
11 if the parties are unable to agree as to the effect of any such variations
in the quantity of Unit Price Work performed.
i
SC -la '
L
ISC 13
S1C- 3 5 Tests and Inspections. Paragraph 13.5 of the General Conditions Is hereby
.
deleted In Its entirety and the following is substituted in its place:
' All inspections, tests or approvals other than those required by Laws or
Regulations of any public body having jurisdiction shall be performed by
organizations acceptable to OWNER and ENGINEER.
I
I
IJ
I
L
I
I
I
I
I
I
El
SC -11
C
I
I
I
I
I
U
Li
I
TEQHNIQAL $PEQIEIQATIQN$
SANITARY SEWER SYSTEM REHABILITATION AND RECONSTRUCTION
MINISYSTEM 2
Contract Section I
Fayetteville, Arkansas
Plans No. Fy-210
January 1992
PROJECT REQUIREMENTS
A. SCOPE OF WORK
The work to be done under this contract (Contract Section I) Is as shown on the Plans
and as provided for in these Specifications. The work shall include the furnishing of all
materials, equipment, tools, supplies, and Incidentals, and performing all labor in the
construction of work generally described as follows:
' Replacement of approximately 3,100 linear feet of sanitary sewer line;
construction of approximately 6 point repairs; construction of approximately
8 municipal main line tap and service line repairs; construction and/or
rehabilitation of approximately 22 manholes; cleaning, de -rooting, testing
and grouting of approximately 2,900 linear feet of main line; including
clearing, excavations, cleanup, seeding and mulching, testing, and all work
' required for a complete rehabilitation or reconstruction of the existing
sanitary sewer system.
' B. SEQUENCE OF THE WORK
It Is the Intent of these Specifications that the new sewer line segment shall be laid in the
' same trench and along the same alignment as the existing sewer line unless otherwise
shown on the Plans or directed by the Engineer.
The Contractor shall be responsible for disconnecting existing service connections,
removing and replacing the existing sewer line, and reconnecting the existing service
lines, and backfilling the sewer line, all within one calendar day for each line segment
shown on the Plans. Furthermore, the Contractor has seven calendar days to complete
cleanup on each individual line segment as set out in Section 489.
I
and mulching. (Seeding,
and mulching shall
' 100-1
Section 100 ,
Project Requirements
of March through October.) When seeding, fertilizing and mulching cannot be completed
(during the months of November through February), an additional 10 percent retainage ,
on work under these bid items shall be withheld until completion.
The Contractor shall also be responsible for providing bypass pumping as necessary to ,
prevent wastewater overflows, backups or bypasses during the time of construction.
The Contractor shall notify the City of Fayetteville, Arkansas, and all sewered customers
affected by the construction one day in advance of beginning work on the proposed line
segment.
Prior to beginning work, the Contractor shall submit a schedule of proposed work which
shows the number of construction crews to be utilized, and a proposed schedule for each
crew indicating the order of work for that crew, subject to the approval of the Engineer,
C. LANDS AND RIGHTS -OF -WAY 1
The work to be performed under this contract shall be on lands owned by the City of
Fayetteville and on easements or by permits obtained by the City of Fayetteville.
All access to the rights -of -way across private property, other than along the route shown
on the Plans, shall be exercised by the Contractor only after having obtained permission
from each landowner for that particular access.
D. CONTRACTOR TO FURNISH EQUIPMENT. MATERIALS AND MANPOWER
The Contractor shall furnish, without charge, competent men from his force and such
tools, stakes and other materials as the Engineer may require for the proper staking out
of the work and in making measurements and surveys and in establishing temporary or
permanent reference marks in connection with said work. '
E. STORAGE OF MATERIAL
Materials shall be stored so as to ensure the preservation of their quality and fitness for '
the work. When directed by the Engineer, they shall be placed on a wooden platform or
other hard, clean surfaces and not on the ground, and shall be placed under cover when
directed. Stored materials shall be located so as to facilitate prompt inspection.
F. SUNDAY. HOLIDAY AND NIGHT WORK I
No work shall be done between the hours of 6:00 p.m. and 7:00 a.m., or on Sundays or
legal holidays, except work as is necessary for the proper care and protection of work
already performed, or In case of any emergency.
I
100-2 1
section too
Project RegL*an nts
G. SECURITY
' The Contractor shall be responsible for protection of the site, and all work, materials,
equipment and existing facilities thereon against vandals and other unauthorized persons.
No claim shall be made against the Owner by reason of any act of an employee or
trespasser, and the Contractor shall make good all damage to Owner's property resulting
from his failure to provide security measures as specified.
Security measures shall be at least equal to those usually provided by Owner to protect
his existing facilities during normal operation, but shall also include such additional
r security fencing, barricades, lighting, watchman services, and other measures as required
to protect the site.
H. ACCESS ROADS
The Contractor shall establish and maintain temporary access roads to various parts of
I the site as required to complete the project. Scheduling, materials and construction
procedures are specified in other sections of the documents. Such roads shall be
available for the use of all other performing work or furnishing services in connection with
the project.
I. PARKING
The Contractor shall provide and maintain suitable parking areas for the use of all
construction workers and others performing work or furnishing services in connection with
the project, as required, to avoid any need for parking personal vehicles where they may
interfere with Owner's operations or construction activities.
J. TRAFFIC CONTROL
It shall be the responsibility of the Contractor to provide sufficient flagmen, signs,
barricades, lights and other items required to ensure complete safety of the public and
the workmen at all times. Traffic control on state or federal highways shall be conducted
and maintained as set forth in the •Manual of Uniform Traffic Control Devicesas
'published by the U. S. Department of Transportation, Federal Highway Administration.
The data sheets included in Appendix A are intended as guidelines for typical sign
dimensions and application for various types of Installations.
' K. DUST CONTROL
The Contractor shall take reasonable measures to prevent unnecessary dust. Earth
surfaces subject to dusting shall be kept moist with water or by application of a chemical
dust suppressant. Dusty materials in piles or In transit shall be covered when practicable
' to prevent blowing.
Buildings or operating facilities which may be affected adversely by dust shall be
' adequately protected. Existing or new machinery, motors, instrument panels or similar
100-3
Section 400 1
Protect Requirements
equipment shall be protected by suitable dust screens. Proper ventilation shall be
Included with dust screens.
L. TEMPORARY DRAINAGE PROVISIONS
The Contractor shall provide for the drainage of stormwater and such water as may be ,
applicable or discharged on the site in performance of the work. Drainage facilities shall
be adequate to prevent damage to the work, the site, and adjacent property.
Existing drainage channels and conduits shall be cleaned, enlarged or supplemented as
necessary to carry all Increased runoff attributable to Contractor's operations. Dikes shall
be constructed as necessary to divert increased runoff from entering adjacent property
(except In natural channels) to protect Owner's facilities and the work, and to direct water
to drainage channels or conduits. Ponding shall be provided as necessary to prevent
downstream flooding. '
M. EROSION CONTROL
The Contractor shall prevent erosion of soil on the site and adjacent property resulting I
from his construction activities. Effective measures shall be initiated prior to the
commencement of clearing, grading, excavation, or other operation that will disturb the
natural protection.
Work shall be scheduled to expose areas subject to erosion for the shortest possible
time, and natural vegetation preserved to the greatest extent practicable. Temporary
storage and construction buildings shall be located, and construction traffic routed, to
minimize erosion. Temporary fast growing vegetation or other suitable ground cover
shall be provided as necessary to control runoff.
N. POLLUTION CONTROL '
The Contractor shall prevent the pollution of drains and watercourses by sanitary wastes,
sediment, debris and other substances resulting from construction activities. No sanitary
wastes will be permitted to enter any drain or watercourse other than sanitary sewers.
No sediment, debris or other substance will be permitted to enter sanitary sewers, and
reasonable measures will be taken to prevent such materials from entering any drain or
watercourse.
O. TREE AND PLANT PROTECTION '
All trees and other vegetation which must be removed to perform the work shall be
removed and disposed of by the Contractor. However, no trees or cultured plants shall
be unnecessarily removed unless their removal is indicated on the Drawings. All trees
and plants not removed shall be protected against injury from construction operations.
All trimming and repair of trees and plants shall be performed by qualified nurserymen ,
or horticulturists.
1
100-4 I
' section too
Project Requirements
P. MONTHLY ESTIMATES AND PAYMENTS
On or about the last Friday of each month the Engineer will make an approximate
estimate of the value of the work done and materials furnished in place on the work
during the previous calendar month. He will also include the cost value of freight for
equipment and materials readily accounted for, but not such items as cement, aggregate,
lumber, nails and miscellaneous items.
' The Contractor shall furnish to the Engineer such detailed information as he may request
to aid him as a guide in the preparation of monthly estimates. After each such estimate
shall have been approved by the Owner, the Owner shall pay to the Contractor 90
percent of the amount of such estimated value of materials furnished and work done
during said previous calendar month. If the Owner shall at any time fail to make the
Contractor a monthly estimate at the time herein specified, such failure shall not be held
tto vitiate or void the contract.
a. PAYMENT
Payment shall be made In accordance with the bid items as set out in the Methods of
Measurement and Payment.
R. PROTECTING AND REPLACING UTILITY SERVICES
In some instances the pipe will be installed under, alongside and over existing utility
services. The Contractor shall be responsible for locating and protecting or repairing and
replacing such services.
Where the Contractor cannot make adequate repairs, the Contractor shall coordinate with
the various utility companies to make repairs to all services, and such costs will be
charged to the Contractor. The Contractor shall make arrangements for this service with
the various utilities either before the bid is presented or before construction starts.
' Where the Plans show a portion of the line to be laid adjacent to or under power lines,
it shall be the responsibility of the Contractor to make any arrangements with the power
company for 'tying of' poles. It shall also be the responsibility of the Contractor to take
whatever steps are necessary to provide for the safety of the workmen and equipment
when working In the vicinity of these power lines.
S. ABBREVIATIONS AND SYMBOLS
Abbreviations and symbols used in these Specifications are described in the
Supplementary Conditions, Article SC -1.
T. CLEANUP
IDuring construction, the Contractor shall keep the construction area in a clean, neat and
workmanlike condition at all times.
100-5
Section 100
Project Requirements
LJ
Pines an' inmanf
anrf all nfhar meforiel shell ho cfnrorl anti nrnfartarl in an area away
Ind all structures
:h condition at all
L
I
I
El
CI
L
I
I
I
1
u
I
I
I
I
ri
I
section 120
Testing
TECHNICAL SPECIFICATIONS
ITESTING
A. GENERAL
The Contractor shall be responsible for and shall pay all costs associated with any
inspection or testing required In connection with Owner's or Engineer's acceptance of
materials or equipment incorporated in the work, as provided for in Article 13 of the
General Conditions.
B. CERTIFICATES OF COMPLIANCE
The Contractor shall be responsible for furnishing to the Engineer materials and
equipment manufacturers' duly sworn certificates of compliance with all requirements and
provisions of applicable standards such as, but not limited to, AWWA, ASTM, ANSI,
AASHTO, AHTD, or others for all materials and equipment delivered to this project.
C. SPECIFIC REQUIREMENTS
Specific requirements for testing and certificates of compliance are set forth in the
Technical Specifications for each item of work.
I
I
H
U
i
I
I
I
I
120-1
ISection 130
Temporary Faces
TECHNICAL SPECIFICATIONS
TEMPORARY FACILITIES
IA. GENERAL
During the performance of this contract, the Contractor shall at his expense maintain
temporary office, communication, electric power, water and sanitation facilities at the
project construction site.
' B. QFFICES
The Contractor shall maintain a suitable office at the site of the work which shall be the
headquarters of his representative authorized to receive drawings, instructions, or other
communication or articles. Any communication given to the said representative or
delivered at the Contractor's offices at the site of the work in his absence shall be
deemed to have been delivered to the Contractor.
Copies of the Drawings, Specifications and other contract documents shall be kept at the
Contractor's office at the site of the work and available for use at all times.
C. WATER
All water required for and in connection with the work to be performed and for any
specified tests of piping, equipment, devices, etc. for inundation or settling of backfill
material or for any other use as may be required for proper completion of the work shall
L be provided by and at the expense of the Contractor. No separate payment for water
used or required will be made and all costs in connection therewith shall be included In
the Bid.
D. TELEPHONE SERVICE
The Contractor shall make all necessary arrangements with the telephone utility for
telephones in his offices at the site and shall pay all charges therefor.
E. SANITARY FACILITIES
The Contractor shall furnish temporary facilities at the site, as provided herein, for the
needs of all construction workers and others performing work or furnishing services on
the project.
Sanitary facilities shall be of reasonable capacity, property maintained throughout the
construction period, and obscured from public view to the greatest practical extent. If
toilets of the chemically -treated type are used, at least one toilet will be furnished for
each 20 men. The Contractor shall enforce the use of such sanitary facilities by all
personnel at the site.
I
' 130-1
I
Section 140
Schedules
I
LI
I
I
I
I
I
I
On the last Friday of each month, the Contractor shall submit to the Engineer critical path
' progress status reports and revised schedules as required to show completion of the
project within the agreed contract time set forth In the Contract Agreement.
TECHNICAL SPECIFICATIONS
SCHEDULES
A. GENERAL
The Contractor shall utilize and maintain through project completion critical path
scheduling of all phases of work required for completion of the project within the contract
time. Such schedule shall be submitted to the Engineer as required by the General
Conditions and as specified herein.
B. CRITICAL PATH SCHEDULE
The Contractor shall show various phases of work to be performed, submittals, materials
and equipment orders, receipt of materials and equipment, manpower, skills, and
equipment required, and completion dates of various phases of work to be performed for
completion of the project.
With reference to paragraphs 2.6 and 2.9 of the General Conditions, the Contractor shall
submit all approvable critical path scheduling at least ten days before submission of the
first application for payment.
I
H
I
I
I
I
I
' 140-1
I
section 160
Materials Storage/Handling
J
I
I
I
LI
TECHNICAL SPECIFICATIONS
STORAGE AND HANDLING OF MATERIALS
A. GENERAL
The Contractor shall be responsible for all material furnished by him and shall replace
at his own expense all such material found defective In manufacture or damaged in
handling after delivery by the manufacturer. This shall include the furnishing of all
material and labor required for the replacement of installed material discovered prior to
the final acceptance of the work.
B. STORAGE OF MATERIALS
I
The Contractor shall be responsible for the safe storage of material furnished by or to
him and accepted by him, and intended for the work, until It has been incorporated in the
completed project. The Interior of all pipe, fittings and other accessories shall be kept
'
free from dirt and foreign matter at all times. All materials shall be stored in strict
conformance to the manufacturer's recommendations.
' C. HANDLING OF MATERIALS
All materials furnished by the Contractor shall be delivered and distributed at the site by
' the Contractor.
Pipe and accessories shall be loaded and unloaded by lifting with hoists or skidding so
as to avoid shock or damage. Under no circumstances shall such materials be dropped.
Pipe handled on skidways shall not be skidded or rolled against pipe already on the
ground.
In distributing the material at the site of the work, each piece shall be unloaded opposite
or near the place where it is to be laid in the trench.
Care of Pioe Coating and Lining. Pipe shall be so handled that the coating and lining will
not be damaged. However, if any part of the coating or lining is damaged, the repair
shall be made by the Contractor at his expense in a manner satisfactory to the Engineer.
I
I
I
I
I
160-1
I
..11r0'1 . i !St. -
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
L
I
TECHNICAL SPECIFICATIONS
CRUSHED STONE BASE
A GENERAL
The work to be Included under this section of the Specifications shall consist of providing
all materials, labor, equipment, tools, supplies, testing and Incidentals necessary for
completion of crushed stone base course, as shown on the Plans and as hereinafter
specified.
B. MATERIALS AND EXECUTION
The Contractor shall furnish materials and construct crushed stone base course Class 6,
as specified by Section 303 of "Standard Specifications for Highway Construction
Edition of 1991, published by the Arkansas State Highway Commission. These
specifications are available for inspection In the Engineer's office, or may be obtained
from the Arkansas State Highway and Transportation Department, Little Rock, Arkansas.
Crushed stone base course, Class 6, shall be compacted to 95 percent of modified
Proctor (ASTM D1557-78).
C. TESTING
All testing, gradation, plasticity, modified Proctor standards, and in -place densities of
crushed stone base course Class 6 shall be performed by a laboratory acceptable to the
Engineer. All costs associated with the required testing shall be borne by the Contractor.
K 1 1
Section 310
Pipe Bedd hg Materiel
TECHNICAL SPECIFICATIONS
' PIPE BEDDING MATERIAL
FOR GRAVITY SEWERS
A. GENERAL
The work to be included under this section of the Specifications shall consist of providing
all materials, labor, equipment, tools, supplies, testing and incidentals necessary for
completion of pipe bedding material as shown on the Plans and as hereinafter specified.
' B. MATERIALS
The Contractor shall furnish bedding material from an Arkansas State Highway and
Transportation Department approved source for coarse aggregate for Portland cement
concrete. The bedding material shall contain a minimum of 95 percent (by weight)
crushed particles. The gradation of the bedding material shall conform to the
' requirements for "Coarse Aggregate Size Number 67" as specified by the latest revision
of ASTM D-448, AASHTO M-4382.
' C. EXECUTION
Pipe bedding shall be constructed to the dimensions detailed on the Plans for all pipe
' types by placing in lifts of not more than 8 inches and compacting by spading and
tamping with mechanical tamDingqguigment. Material shall be carefully placed under
the pipe haunches.
D. TESTING
The Contractor shall, prior to delivery, furnish the suppliers' certificates that all pipe
bedding material furnished meets the requirements of these Specifications.
I
u
I
I
I
310-1
' Section 400
ciserkv
TECHNICAL SPECIFICATIONS
' CLEARING, CUTTING AND
REBUILDING/REPAIRING FENCES
A. GENERAL
Parts of construction are Indicated on the Plans as being through lawns, gardens, brush,
timbered areas and pasture land. There Is no separate pay item for the clearing,
disposing of brush, timber or other debris resulting from the clearing operation. Nor Is
there a separate pay item for cutting and repairing/rebuilding fences.
B. CLEARING
1. Brush. Timbered Areas and Pasture Land. The Contractor shall clear brush and
other debris and do such construction as Is necessary to provide an adequate
working area.
• The Contractor shall remove only those trees necessary for the construction of
improvements. Where sewer lines are to be constructed in close proximity with
' shade trees or other trees of significant value, the Contractor will be expected to
work near the trees without removing or damaging them.
' All brush, timber and other debris required to be removed from the work area shall
be hauled from the site and disposed of at the option of the Contractor. Burning
of brush will be permissible, provided that the provisions required by all state and
local agencies controlling and supervising these activities have been complied
with.
IA portion of the work may cross private property in which livestock is at large. It
is the responsibility of the Contractor to see that the livestock is kept in the original
pastures. It has been found that wilted wild cherry leaves are poisonous to
livestock. Consequently, wherever wild cherry is removed or damaged, the
branches shall be removed immediately from the site of the work, and shall be
burned or disposed of so that it will be impossible for the livestock to have access
' to them.
2. Lawns Gardens and Other Well -Kept Areas. Where construction is shown on the
Plans as being through lawns, gardens, or other well -kept areas, all shrubbery,
small trees (less than 4 inches in diameter), and other items of landscape shall
either be protected or shall be replaced at the Contractor's expense.
' All limbs and other debris requiring removal shall be hauled from the site and
disposed of at the option of the Contractor.
3. Power Lines. Where a portion of the line to be laid adjacent to or under power
lines, it shall be the responsibility of the Contractor to make any arrangements
' with the power company for "tying off" poles. It shall also be the responsibility
400-1
S.
I
of
the
Contractor to
take whatever steps are
necessary to
provide for the safety
of
the
workmen and
equipment when working
in the vicinity
of these power lines.
The Contractor is advised of the extreme hazard to personnel from equipment
contact or near contact with conductors of the transmission line. It Is strongly
recommended that low profile construction equipment be used and that a
minimum 15 foot vertical clearance be maintained between any equipment and
transmission conductors.
Unless the sewer line Is specifically set out to cross within the limits of the power
line right of way, the Contractor shall not after or work within the limits of the
existing power line right of way.
4. Miscellaneous. Where signs, mailboxes, posts, fences, and other obstructions are
to be removed and replaced, they shall be removed and protected. After pipe
construction is complete, they shall be replaced in their original conditions.
5. Fences - Cutting and Repairing. Where fences are to be crossed during the
course of construction, the fences are to be replaced to existing alignment as
nearly as possible. Prior to cutting, the Engineer will witness the fence locations.
Any stakes or other identification so used shall be protected by the contractor.
Prior to clearing, the Contractor shall tie off the existing fence as necessary on
each side of the right of way so that when the fence is cut, the tension on the
fence is not reduced. He shall then construct temporary gates and fences so as
to maintain livestock In the original pasture during construction. There is no
separate pay item for temporary gates.
After all construction, including cleanup, is complete, the fences shall be rebuilt to
equal or better than original condition using new posts and wire. The wire used
In rebuilding of the openings shall be of the same general type of the existing
lances. Posts shall be of equal or better quality than the existing posts.
Where removal, replacement or repair of chain link fences is required, the '
Contractor shall retain a professional fence company to perform the work.
I
I
I
U
I
I
I
I
I
U
I
C
C
C
I
I
400-2 '
I
I
I
Hi
TECHNICAL SPECIFICATIONS
SURFACE REMOVAL
A. GENERAL
The work to be included under this section of the Specifications shall consist of providing
all materials, labor, equipment, tools, and incidentals necessary for removing surfaces
within the limits of lawns, gardens, mowed, cultivated, or other well -kept areas or within
the limits of any paved or unpaved driving surface, curb and gutter, or sidewalk.
unless otherwise directed by the Engineer.
B. ALLOWABLE REMOVAL
In all areas where sewer lines, manholes, and other appurtenances are to be constructed
' and/or repaired, the surface shall be removed prior to excavating the trench. There is
no pay item for surface removal and surface removal shall be considered part of trench
excavation. The allowable limits of removal are dependent upon the type of area In or
through which construction occurs and are set out below. No payment for surface repair
will be made outside the width of allowable removal.
I1. Lawns Gardens Mowed or Cultivated Areas, and Other Well -Kept Areas. In
these areas, the Contractor shall excavate the top 6 inches of topsoil from the
ditch line and store such along the ditch line so that it does not become mixed
with the remaining excavation. Topsoil which Is not property kept segregated from
the remaining excavation and preserved for replacement on top of backfill shall be
replaced by the Contractor from a topsoil source, approved by the Engineer. No
' additional compensation shall be paid the Contractor for replacing topsoil.
The length and width of surface removal shall be no more than that necessary to
construct the work, i.e., sewer lines and appurtenances.
2. Wooded and Rocky Areas. In wooded or rocky areas the ground cover shall be
removed as set out In paragraph 1 above, except that the Contractor is not
required to separate and store the top 6 inches of topsoil along the ditch line.
' 3. Driving Surfaces. Excavation within the limits of any driving surface, including
paved and gravel streets or roads, driveways or parking areas shall be in
accordance with the following specifications.
The Contractor shall remove pavement and road surface as a part of the trench
excavation, and the amount removed shall depend upon the width of trench
' specified for the installation of pipe, and the width and length of pavement area
required to be removed for the installation of pipe, fittings, manholes, and other
appurtenances.
401-1
I
The Contractor shall use such methods, either drilling, chipping or sawing as will
assure the breaking of the pavement along straight lines. The face of the
remaining pavement shall be approximately vertical. Driving surface pavement
and road surfaces shall be removed to the dimensions set out below depending
upon the type of driving surface to be removed.
a. Asphaltic Pavement Removal. Asphaltic pavements shall be removed in
accordance with the dimensions set out below.
(1) Removal of Pavement Around Existing Manhole Rings and Lids. A
square cut shall be made In the pavement within an area extending
18 inches each side of the manhole ring. The pavement and
underlying base and/or subgrade material shall then be removed to
the depth necessary to expose the ring and lid. This material shall
be hauled from the site and disposed of at the option of the
Contractor.
(2) Removal of Pavement Around Manholes. Where an existing
manhole is to be removed and/or a new manhole is to be
constructed, a square cut shall be made in the pavement within an
area extending 18 inches each side of the outside manhole wall.
The pavement and underlying material shall be removed to the
depth necessary for the manhole removal and/or construction.
(3) Removal of Pavement for Sewer Line Construction. The width of
asphaltic pavement removed along the normal trench line for the
removal and/or installation of pipe, fittings, or other appurtenances
shall be the standard trench width as defined on the detail sheet of
the Plans plus 18 inches each side of the standard trench.
The length of the asphaltic pavement removal shall be no more than
that necessary to construct the work, i.e., sewer lines and
appurtenances.
b. Concrete Pavement Removal. Concrete pavements shall be removed in
accordance with the dimensions set out below.
(1) Removal of Pavement Around Existing Manhole Rrnas and Lids. A
square cut shall be made in the concrete pavement within an area
extending 18 inches each side of the manhole ring. The pavement
and underlying base and/or subgrade material shall be removed to
the depth necessary to expose the ring and lid. The material shall
be hauled from the site and disposed of at the option of the
Contractor.
(2) Removal of Pavement Around Manholes. Where an existing
manhole is to be removed and/or a new manhole is to be
constructed, a square cut shall be made in the concrete pavement
I
I
rl
I
1
I
I
I
I
J
I
J
I
I
I
I
I
401.2
Section 401
Surface Removal
within an area extending 18 inches each side of the outside manhole
wall. The pavement and underlying material shall be removed to the
depth necessary for the manhole removal and/or construction.
(3) Removal of Pavement for Sewer Line Construction. The width of
concrete pavement removed along the normal trench line for the
removal and/or installation of pipe, fittings, or other appurtenances
shall be the normal trench width as defined on the detail sheet of the
Plans plus 18 inches on each side of the trench.
The length of the concrete pavement removal shall be no more than
that necessary to construct the work, i.e., sewer lines and
appurtenances.
IC. nave
surface
removal
' 4. Sidewalk and C
be removed as
' of concrete removed when so directed shall be the standard trench width as
shown on the plans plus 18 inches each side of the trench.
I Driving Surfaces. The width and length of unpaved driving
eemoval shall be the same as that set out for asphaltic pavement
set out in paragraph 3.a above.
,urb and Gutter Removal. Sidewalk and curb and gutter shall only
shown on the Plans or at the direction of the Engineer. The width
5. Additional
Surface
Removal. Wherever, in the opinion
of the Engineer, existing
'
conditions
make
it necessary or advisable to remove
additional surfaces, the
Contractor
shall
remove it as directed by the Engineer.
No extra compensation
L
I
I
I
will be allowed for the extra surface removal. However, additional payment will
be made at the unit price bid for the appropriate surface repair/replacement item
as set out under the Methods of Measurement and Payment Section of these
Specifications.
However, if the Contractor removes or damages pavements beyond the limits
specified above without approval of the Engineer, such surfaces shall be replaced
or repaired at the expense of the Contractor.
I
401-3
' Section 419
PVC Sewers
' TECHNICAL SPECIFICATIONS
' POLYVINYL CHLORIDE (PVC) PIPE AND
FITTINGS FOR SEWER LINES
' A. GENERAL
The work to be Included under this section of the Specifications shall consist of providing
all materials, labor, equipment, tools, supplies, and Incidentals necessary for the
construction of polyvinyl chloride (PVC) sanitary sewer lines. The work shall include
' every item of construction necessary for a complete and acceptable installation as shown
on the Plans and hereinafter specified.
ILLS
1 . t ji;i. iPt :IP a' I
I StandardDimensionI • : - • - -
•
• • Is : 4I4L:S:1
�• ti • ti a • : • I ;ic • : • c • • • • _ • r• • I•
• • : w •t$ :accordance I
i': ( k : :l_kJJUIt • •: - /•ti 1 *Si:,*: :I - I • • 1,4. :
• • • • : - I I : • _ • • I
i• • • • be •.i'z;riimlubricant:• • • : • • 1
urn ci
pipe •• • _• 1: • •_ ::/• /
L'y/ • -:may: ►Jl : / - • _ • : - I : / C ►
' required) shall be as aggregate base course, Class 6, as specified In Section 303
of the Arkansas State Highway Department Standard Specifications, latest edition.
Note: This item shall be paid for at the unit price bid and as set out in the
Methods of Measurement and Payment.
6. Independent Laboratory Inspection. All PVC sewer pipe and PVC pipe fittings
furnished and installed on this project shall be Inspected and tested by the
' 419-1
Section 419
PVC Sewers
manufacturer. The manufacturer shall furnish to the Engineer, prior to delivery,
certificates stating that all pipe will be manufactured in compliance with these
Specifications. The certificate shall also fully describe the pipe proposed to be
furnished.
if evidence appears that all provisions of the applicable ASTM Standards have not
been complied with after the pipe has been delivered, the Owner will require such
field testing and sampling as necessary for certified statements of compliance to
the provisions of said standards to be furnished by an approved Independent
laboratory. The cost for the testing and sampling or job delay will be the
responsibility of the pipe supplier if the pipe Is not in compliance. The Owner will
pay the cost of the testing and sampling if the pipe is in compliance with the
Specifications. However, the Owner will not be responsible for job delay. The
Independent laboratory shall be one which may be chosen by the pipe
manufacturer and approved by the Engineer. '
7. Concrete. Concrete for reaction backing, pipe cover, or pipe encasement as
shown on the Plans or as directed by the Engineer shall be as specified
elsewhere in these Specifications. This Rem shall be paid for at the unit price bid
and as set out in the Methods of Measurement and Payment.
8. Transition Couplings. Transition couplings from polyvinyl chloride to clay or ductile 1
iron sewer pipe shall be made of elastomeric plastic material and shall be
manufactured by Fernco, Inc., or equal. 1
9. Waterstop Gasket and Clamp. Gaskets shall comply with ASTM F-477, •Standard
Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe' Gasket
cross section shall be equal to Hamilton Kent die no. 2347. Clamps shall be worm
drive with 318 inch hex head slotted screw with 9/16 inch wide band which is
continuously gear slotted all around. Clamps shall be stainless steel, band and
housing of 300 Series and worm screw of 400 Series stainless steel. Clamps
shall be equal to Ideal, 64 Series or 68 Series, 0.024 inch thick. Waterstop
gaskets and clamps shall be manufactured by Ethyl Corp., or equal.
C. EXECUTION
neral. The Contractor shall, unless otherwise specified, furnish all material, 1
equipment, tools and labor necessary to do the work required under this contract
and unload, haul and distribute all pipe, castings, fittings, and excavate the
trenches and pits to the required dimensions; excavate the bell holes, construct
and maintain all bridges for traffic control; sheet, brace and support the adjoining
ground or structures where necessary; handle all drainage or groundwater;
provide barricades, guards and warning lights; lay and test the pipe, castings,
fittings, and roadway surface unless otherwise stipulated; remove surplus
excavated material; clean the site of the work; and maintain the street or other
surface over the trenches as specified.
419-2 '
Section 419
PVC Sewers
2. Handling and Storage. Pipe and fittings shall. be inspected upon arrival at the job
site and handled in sucha manner so as to protect them from damage due to
impact, shock and free fall. Pipe and fittings shall not be dragged along the
ground and shall be stored so as to protect the joints and pipe from damage.
Should the pipe and/or fittings necessitate handling by a mechanical means, a
clamp, rope or sling may be used around the outside barrel of the pipe and/or
fittings.
' 3. Installing Polyvinyl Chloride Pipe and Fittings. Polyvinyl chloride pipe and fittings
shall be Installed in conformance to the latest revision of ASTM D-2321 standard
practice for installing flexible thermoplastic sewer pipe lines. Polyvinyl chloride
'
pipe shall be installed with bedding material as specified elsewhere in these
Specifications from 4 inches below the bottom of the outside of the barrel. Note:
There is ng separate pay item for pipe bedding material. This item shall be
considered subsidiary to the polyvinyl chloride sewer pipe.
4. Construction Sequence. Construction of sewers shall begin at the low point of the
I. line and continue in orderly succession throughout the project. Any deviation from
this procedure shall be made only with the specific approval of the Engineer.
' Appurtenances such as fittings, service reconnections, manholes, etc. shall be
constructed as the work progresses.
5. Requirements Preparatory to Trench Excavation. In all areas where sewer lines
and appurtenances are to be constructed and/or repaired, the right of way shall
be cleared and the existing surface shall be removed prior to excavation of the
trench. Note: There is nMc separate pay hem for clearing or surface removal.
These items of work shall be subsidiary to the polyvinyl chloride sewer pipe.
These requirements are dependent upon the type of area in which sewer line
construction occurs and are specified elsewhere in these Specifications.
6. Trench Excavation. The construction of this project is through an area underlain
with various types of soil. All excavation of any nature shall be unclassified and
payment for same shall be included in the unit price bid for furnishing and laying
of the various sizes of pipe in place.
The trench shall be excavated so that the pipe can be laid to the alignment and
depth required, and it shall be excavated only so far in advance of pipe laying as
' set out elsewhere in these Specifications. The trench shall be so braced and
drained that the workmen may work therein safely and efficiently. It is essential
that the discharge of any trench dewatering pumps be conducted to natural
drainage channels, drains or storm sewers.
The Contractor shall proceed with caution in the excavation and preparation of the
' trench so that the exact location of underground structures, both known and
unknown, may be determined, and he shall be held responsible for the repair of
such structures when broken or otherwise damaged during construction.
' 419-3
Section 419 '
PVC Sewers
a. Trench Depth and Pipe Bedding. The trench shall be excavated to a
minimum of 4 inches below the bottom of the pipe when laid at the required
grade. Bell holes shall be excavated in accord with ASTM D-2321.
Polyvinyl chloride pipe shall be bedded to pipe bedding material, as
specified elsewhere in these Specifications, for the full width of the
excavated trench from a point 4 inches below the bottom of the pipe barrel
up to the pipe barrel cenlerline. The bedding material shall extend the full
width of the excavated trench. (See detail on Plans.) All overexcavation '
shall be backfilled with bedding material at the Contractor's expense.
Material required to backfill overexcavation shall be placed in 8 inch I'rfts
and thoroughly tamped with mechanical compaction equipment to reach the
required established grade. All pipe bedding shall be tamped so as to
provide a uniform and continuous bearing support for the pipe at every
point along the pipe barrel.
b. Width of Trench. Should the excavated polyvinyl chloride sewer tine trench
width exceed the width as detailed on the Plans at any point from the
trench bottom to a point 12 inches above the top of the pipe barrel, the
Contractor shall at his expense provide additional pipe bedding material or
concrete as necessary to prevent crushing of the sewer pipe due to
excessive earth loads. All additional bedding material or concrete required
shall be furnished at the Contractor's expense.
c. Length. The Engineer may limit the trench excavated in advance of
installation of sewer pipe. No excavation In advance of installation of sewer
pipe shall exceed 300 feet, or that length in which installation may
reasonably be completed during the workday. Trench excavated to grade
in advance of installation of sewer pipe shall not exceed 150 feet, or that
length In which installation may reasonably be completed during the
workday. '
Every trench in rock shall be fully opened at least 50 feet in advance of the
place where pipe is being laid or from where cast -in -place concrete
operations are In progress.
7. Excavation In Poor Soil and Refilling to Grade. Where the bottom of the trench
at subgrade Is found to be unstable or to Include ashes, cinders, all types of
refuse, vegetable or other organic materials, or large pieces of fragments of
inorganic material which in the judgment of the Engineer should be removed, the
Contractor shall excavate and remove such unsuitable material to the width and
depth ordered by the Engineer. Before the pipe is laid, the subgrade shall be
made by backfilling with crushed stone trench backfill as specified elsewhere in
these Specifications, in 8 Inch uncompacted layers. The layers shall be hand or
machine tamped as directed by the Engineer so as to provide a uniform and
continuous bearing and support for the pipe at all points along the pipe length.
Extra payment will be made for the additional trench backfill required as crushed
stone base in accordance with the Methods of Measurement and Payment section
of these Specifications. However, no additional compensation will be made to the
419-4 '
Section 419
PVC Sewers
' Contractor for additional excavation.
8. Bracing and Shoring. The sides of any excavation, when deemed necessary,
shall be properly supported with bracing, shoring or sheeting as the need may be.
Such bracing and shoring shall be withdrawn as the work progresses. In case the
excavation Is close enough to buildings or other foundations as to endanger their
stability by the removing of such bracings, then they shall be made secure and left
in place, and the sewer trench backfilled and thoroughly tamped with the bracing
'
In place. jig: The Contractor will not be paid for such bracing, sheeting or
shoring whether it is withdrawn or left in the trench.
9. Removal of Water and Muck. The Contractor shall provide sufficient pumps and
other necessary equipment to keep the trench free of water which may
accumulate. If the bottom of the trench becomes soft and muddy, the Contractor
'
shall remove all such soft material and replace it with crushed stone base trench
backfill at his own expense. Under no conditions will polyvinyl chloride sewer pipe
be laid in a trench that has not been properly dewatered. No additional
' compensation will be made to the Contractor for dewatering or removal of muck.
10. Laving Polyvinyl Chloride Pipe Sewers - Factory Jointed Pipe. Polyvinyl chloride
' sewer pipe shall be laid on a firm bed, as previously specified, in perfect
conformity with lines and levels given. The pipe shall be laid with even bearing
on the bottom of the trench, which shall be shaped and prepared to conform to
' the. form of pipe. Bedding material shall be removed from the bottom of the trench
to give proper clearance to the sleeve or bell end of the pipe, but no larger than
is necessary to make a proper joint. The Intent is that no load shall rest on the
' pipe bell.
In jointing PVC pipe, the mating surfaces shall be wiped free of dust, dirt, gravel,
' or other foreign materials prior to the application of the lubricant. The PVC pipe
shall be connected by first brushing upon the mating surfaces the proper lubricant
as recommended by the pipe manufacturer. The spigot end shall then be
' centered on grade into the bell end of the last downstream PVC pipe length and
shoved "home' and properly seated with the application of a moderate force by
a pry or level device. To protect the pipe and coupling when using a pry bar, a
' timber fulcrum shall be inserted into the coupling end of the pipe. The timber
fulcrum shall extend a minimum of 1/2 inch past the end of the pipe.
The coupling end of the pipe in all cases shall be laid toward the high end of the
sewer.
' 11. Connections to New Manholes
a. Cast -in -Place Manholes. Excavation for cast -in -place manhole footings
shall be limited to the area to be filled with concrete. The Contractor shall
support pipe entering the manhole ALL OF THE WAY to solid bedding by
backfilling under the pipe and up to the springline, one-half outside
' diameter, with concrete. Nom: No additional payment will be made for
' 419-5
Section 419
PVC Sewers
concrete bedding at manhole connections. The concrete bedding shall be
subsidiary to the sewer pipe.
b. Waterston Gasket. Stretch waterstop gasket and slip over pipe into
position. Place clamp over gasket and tighten worm drive to '
10 foot-pounds torque. Encase In expansive grout for 4 inch minimum
cover all around unless encased in monolithically placed concrete manhole.
Grout shall be a metallic additive non -shrink type equal to Sika Chemical
Corporation 'Kemox,' Sonneborne Building Products 'Ferrolith,' Master
Builders 'Embeco; or Gifford -Hill 'Gilco '
12. Pipe Protection Cover and Backfill. Pipe protection cover and backfill shall be
placed as specified elsewhere in these Specifications.
13. QJvp. Cleanup shall be as specified elsewhere in these Specifications. I
14. Mandrel Testing. Polyvinyl chloride pipe sewer lines shall be Mandrel tested as
specified elsewhere in these Specifications.
I
I
I
1
I
I
I
C
I
419-6 '
r . 1
I 1
1 I
i -
workIr r] Mi I< r r C 1 I• • I Specifications�• • r
rI
11: labor,: • I _ r • I I I M • J Y. ••:
construction• r I • r • ] • I ] _ _
• •• .] 1 MI • :.r::.: • I• r andacceptable .C I: I
B. MATERIALS
1. Ductile Iron Pipg. All ductile iron pipe shall conform to the requirements of the
'Standard Specification for Ductile Iron Gravity Sewer Pipe,' ASTM A746, latest
revision, and shall be designed by the pipe manufacturer based on laying
condition Type 5 and the depth of earthload shown on the Plans, plus truck load.
' 2. Ductile Iron Pipe Fittings. All fittings shall be ductile Iron fittings and shall conform
to the requirements of ANSI/AWWA C110/A21.10, latest revision. All fittings shall
have a minimum pressure rating of 150 pounds per square inch unless otherwise
shown on the Plans.
The ductile iron pipe furnished shall be at least Use Class 51.
3. Ductile Iron Pioe Joints. All ductile iron pipe and ductile iron pipe fittings shall
have •Tyton' rubber gasket Joints in conformance with ANSI/AWWA
' C111/A21.11, latest revision, for either push -on joints or mechanical joints.
4. Polyurethane Uning. All ductile iron pipe and fittings shall be lined with
' 'Corropipe II TX -1 Minute' two -component polyurethane coating material,
manufactured by Madison Chemical Industries, Inc., of Forest Park, GA.
Polyurethane linings shall cover the inner surface of the pipe or fittings and joint
surfaces which may be exposed to sewer liquids and/or gases.
' Uning in pipe and in fittings shall be a minimum of 40 mils dry film thickness.
Prior to application of the polyurethane lining, the inner surface of pipe or fittings
and joint surfaces which may be exposed to sewer liquids and/or gases, shall be
cleaned as recommended by the lining manufacturer.
After completion, the lining of every pipe and fitting shall be subjected to and pass
a 20,000 volt spark test prior to delivery to the project site. If a pipe does not
pass the spark test, it shall be rejected. No pipe shall be delivered to the job site
with Corropipe II Mastic repairs.
1 420-1
Section 420 '
DIP Sewer
5. Polyethylene Encasement. All ductile iron pipe and fittings shall be constructed
with polyethylene encasement as specified in Section 422 of these Specifications.
6. Outside Coating. All ductile iron pipe shall have an outside coating. The coating
shall be a bituminous coating approximately 1 mil thick. The coating shall be
factory -applied to the outside of all pipe and fittings. The finished coating shall be '
continuous, smooth, neither brittle when exposed to the cold, nor sticky when
exposed to the sun, and shall be strongly adherent to the pipe or fitting.
7. Ductile Iron Pine Joint Lubricant. Joint lubricant shall be provided by the pipe
manufacturer.
8. Ductile Iron Pipe Bedding Material. Granular material for bedding ductile iron '
sewer pipe shall conform with the requirements for pipe bedding material as
specified in Section 310 of these Specifications. NOTE: No separate pay shall
be made for ductile iron pipe bedding material. This item shall be considered
subsidiary to the ductile iron pipe.
9. Granular Base Trench Backfill. Granular base trench backfill (where required)
shall be AHTD Class 6 as specified elsewhere in these Specifications. NOTE:
This item shall be paid for at the unit price bid, and as set out in the Methods of
Measurement and Payment.
10. Independent Laboratory Insoeclion. All ductile iron pipe and ductile Iron pipe
fittings furnished and installed on this project shall be inspected and tested by the
manufacturer. The manufacturer shall furnish to the Engineer, prior to delivery,
certificates stating that all pipe will be manufactured in compliance with these
Specifications. The certificate shall also fully describe the pipes proposed to be
furnished.
If evidence appears that all provisions of the applicable ASTM Standards have not '
been complied with after the pipe has been delivered, the Owner will require such
field testing and sampling as necessary for certified statements of compliance to
the provisions of said standards to be furnished by an approved independent
laboratory. The cost for the testing and sampling or job delay will be the
responsibility of the pipe supplier if the pipe is not in compliance. The Owner will
pay the cost of the testing and sampling if the pipe is in compliance with the
Specifications. However, the Owner will not be responsible for job delay. The
independent laboratory shall be one which may be chosen by the pipe
manufacturer and approved by the Engineer.
11. Waterstop Gasket and Clamp. Gaskets shall comply with ASTM F-477, •Standard
Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe." Gasket
cross section shall be equal to Hamilton Kent die no. 2347. Clamps shall be worm
drive with 3/8 inch hex head slotted screw with 9/16 inch wide band which is
continuously gear slotted all around. Clamps shall be stainless steel, band and
housing of 300 Series and worm screw of 400 Series stainless steel. Clamps
shall be equal to Ideal, 64 Series or 68 Series, 0.024 inch thick.
420-2 1
section a2o
DIP Sewer
Waterstop gasket and clamp shall be as manufactured by Ethyl Corp., or equal.
C. DUCTILE IRON PIPE SEWER LINE CONSTRUCTION
1. n r 1, The Contractor shall, unless otherwise specified, furnish all material,
'
equipment, tools and labor necessary to do the work required under this contract
and unload, haul and distribute all pipe, castings and fittings, and excavate the
trenches and pits to the required dimensions; excavate the bell holes, construct
'
and maintain all bridges for traffic control; sheet, brace and support the adjoining
ground or structures where necessary; handle all drainage or groundwater;
provide barricades, guards and warning lights; lay and test the pipe, castings,
fittings, and roadway surface unless otherwise stipulated; remove surplus
excavated material; dean the site of the work; and maintain the street or other
surface over the trenches as specified.
2. Installing Ductile Iron PiPe. Ductile iron pipe and ductile Iron pipe fittings shall be
installed in conformance with the recommendations of AWWA C600, latest
' revision, and in conformance with the Specifications hereinafter set out. Standard
laying condition Type 5, as defined by ASTM A746, shall be used throughout this
project.
Cut ends of polyurethane lined pipe which are field cut shall be repaired, finished,
cleaned and sealed to provide competent polyurethane lining on all inner pipe and
' fittings and joint surfaces which may be exposed to sewer liquids and/or gases.
Repairs, finishes and seals of field cuts shall be made in strict accord with
procedures for field cuts required by the lining material manufacturer.
IField repairs of limited damaged polyurethane linings may, if authorized by the
Engineer prior to execution of the repair, be made utilizing Corropipe II Mastic,'
' manufactured by Madison Chemical Industries, Inc. of Forest Park, GA.
Authorized repairs shall be made in strict accord with procedures for repairs
required by the lining material manufacturer.
' Pieces of pipe which require more than two (2) polyurethane lining field repairs
shall be rejected, and shall be removed from the work and replaced with pipe
' which conforms with these Specifications.
3. Construction Sequence. Construction of sanitary sewers shall begin at the low
' point of the line and continue in orderly succession throughout the work. Any
deviation from this procedure shall be made only with the specific approval of the
Engineer.
Unless specifically approved by the Engineer, appurtenances such as fittings,
service reconnections, manholes, etc. shall be constructed as the work
' progresses.
4. Requirements Preparatory to Trench Excavation. In all areas where sewer lines,
manholes, or other appurtenances are to be constructed and/or repaired, the
420-3
Section 420
DIP Sewer
existing surface shall be removed prior to excavating the trench. There Is no pay
item for these requirements and shall be considered part of the trench excavation.
These requirements are dependent upon the type of area in which sewer line
construction occurs and are specified elsewhere In these Specifications.
5. Excavation and Preparation of Trench. The trench shall be dug so that the pipe
can be laid to the alignment and depth required, and It shall be excavated only so
far in advance of pipe laying as set out in paragraph C.5.c of these Specifications.
The trench shall be so braced and drained that the workmen may work therein
safely and efficiently. It is essential that the discharge of any trench dewatering
pumps be conducted to natural drainage channels, drains or sewers.
a. Trench Depth and Pipe Bedding. The trench shall be excavated to at least
4 inches below the established grade as shown on the Plans. The ductile
iron pipe shall then be bedded in pipe bedding material, as previously
specified, from a point 4 inches below the bottom of the pipe barrel up to
the horizontal plane of the top of the pipe barrel, mechanically tamped to
attain a Type 5 laying condition. All overexcavation shall be backfilled with
pipe bedding material at the Contractor's expense. The additional material
required will be placed in 8 Inch lifts and thoroughly mechanically tamped.
This procedure will be repeated until the established grade has been
reached. All pipe bedding shall be tamped so as to provide a uniform and
continuous bearing support for the pipe at every point along the pipe barrel.
Driving Surfaces and Curb and Gutter. Where the sewer fine excavation
Is within the limits of existing streets or Is crossing curb and gutter or
driving surfaces, including paved and unpaved roads, driveways or parking
lots, the pipe bedding material shall be pipe bedding material as specified
in Section 310 of these Specifications. After the pipe bedding has been
completed, the pipe backfill shall be completed as detailed on the Plans
and as specified in Section 491 of these Specifications.
b. Width. The excavated sewer trench shall not exceed the width as shown
on the standard detail sheet of the Plans at any point from the trench
bottom to a point 12 inches above the top of the pipe barrel.
If the Contractor overexcavates the trench, he shall provide additional pipe
bedding gravel or concrete as necessary to prevent crushing of the sewer
pipe due to excessive earth loads. All additional bedding material or
concrete required shall be furnished at the Contractor's expense.
c. Length. The Engineer shall have the right to limit the amount of trench
excavated in advance of laying the pipe. No excavation in advance of
Installation of sewer pipe shall exceed 300 feet, and trench excavated to
grade shall not exceed 100 feet, or that length in which installation may
reasonably be completed during the workday.
I
L
Ii]
LI
I
II
I
I
I
J
I�
u
I
I
I
I
H
I
420-4
Li
I
Section 420
DIP Sewer
I
I
I
I
I
i
I
I
I
I
I
6. Excavation In Poor Soil and Refilling to Grade. Where the bottom of the trench
at subgrade is found to be unstable or to include ashes, cinders, all types of
refuse, vegetable or other organic materials, or large pieces of fragments of
inorganic material which in the judgment of the Engineer should be removed, the
Contractor shall excavate and remove such unsuitable material to the width and
depth ordered by the Engineer. Before the pipe Is laid, the subgrade shall be
made by backfilling with granular base trench backfill, as specified elsewhere in
these Specifications, In 8 inch uncompacted layers. The layers shall be machine
tamped as directed by the Engineer so as to provide a uniform and continuous
bearing and support for the pipe at all points along the pipe length. Extra payment
will be made for the additional trench backfill required as crushed stone base
AHTD Class 6 in accordance with the Methods of Measurement and Payment
section of these Specifications. However, nno additional compensation will be
made to the Contractor for the additional excavation.
7. Bracing and Shoring. The sides of any excavation shall be property supported
with bracing, shoring or sheeting as required. Such bracing and shoring shall be
withdrawn as the work progresses. In case the excavation is close enough to
buildings or other foundations as to endanger their stability by the removing of
such bracings, then they shall be made secure and left in place, and the trench
backfilled and thoroughly tamped with the bracing in place. The Contractor will
not be paid for such bracing, sheeting, or shoring whether it is withdrawn or left
in the trench.
8. Removal of Water and Muck. The Contractor shall provide sufficient pumps and
other necessary equipment to keep the trench free of water which may
accumulate. If the bottom of the trench becomes soft and muddy, the Contractor
shall remove all such soft material and replace it with gravel base bedding gravel
at his own expense. Under no conditions will ductile iron sewer pipe be laid in a
trench that has not been properly dewatered. No additional compensation will be
made to the Contractor for dewatering and removal of muck.
9. Laying Ductile Iron Pipe Sewers. Ductile iron sewer pipe shall be laid on a firm
bed, as previously specified, in perfect conformity with lines and levels given. The
pipe shall be laid with even bearing on the bottom of the trench, which shall be
shaped and prepared to conform to the form of pipe. Niches of sufficient
dimensions shall be cut in the bottom of the trench to give perfect clearance to the
sleeve or bell end of the pipe, but no larger than is necessary to make a proper
joint. The backfill material, of good earth, sand or gravel, shall then be placed and
tamped to the top of the pipe prior to machine backfilling. Standard laying
condition Type 5 shall be used throughout this project. The pipe shall be installed
In accordance with paragraph CA of this Specification.
The coupling end of the pipe in all cases shall be laid toward the high end of the
sewer.
Connections to New Manholes. Pipe connections to manholes are a constant
source of potential trouble. In order to ensure that pipe will not break immediately
I
420-5
Section 420
DIP Sewer
adjacent to the manhole, care shall be taken that excavation for the manhole
bottom is limited to the area to be filled with concrete. The Contractor shall ,
support pipe entering the manhole ALL OF THE WAY to solid bedding by
backfilling under the pipe and up to mid-springline with concrete.
Stretch waterstop gasket and slip over pipe into position. Placed clamp over I
gasket and tighten worm drive to 10 toot -pounds torque. Encase in expansive
grout for 4 inch minimum cover all around unless encased in monolithically placed
concrete manhole. Grout shall be a metallic additive non -shrink type equal to Sika
Chemical Corporation 'Kemox,' Sonneborne Building Products Ferrolith;
Master Builders 'Embeco,or Gifford -Hill Gilco '
10. Polyethylene Encasement. Polyethylene encasement, as specified elsewhere in I
these Specifications, shall be installed In accordance with the manufacturer's
recommendations. I
11. Pipe Protection Cover and Backfill. Pipe protection cover and backfill shall be
placed as specified elsewhere In these Specifications. I
12. Cleanup. Cleanup shall be as specified elsewhere in these Specifications.
I
L
I
I
I
I
I
C
I
I
420-6 1
Section 471
Polyethylene Encasement
TECHNICAL SPECIFICATIONS
I POLYETHYLENE ENCASEMENT FOR DUCTILE
IRON PIPE, FITTINGS AND APPURTENANCES
IA. GENERAL
The work to be included under this section of the Specifications shall consist of providing
I all materials, labor, equipment, tools, supplies and incidentals necessary for polyethylene
encasement of pipe, fittings, valves and other appurtenances as shown on the Plans and
hereinafter specified.
B. MATERIALS
I1. Polyethylene Encasement. Polyethylene shall be in conformance with
ANSI/AWWA C105, latest revision. The polyethylene film shall have a minimum
normal thickness of .008 inch (8 mils), and shall be provided in either flat tube or
sheet form, at the option of the Contractor.
C. LOCATION
Polyethylene encasement shall be provided on all ductile iron sewer pipe and fittings
installed on this project.
D. EXECUTION
I Polyethylene encasement shall be installed In accordance with ANSI/AWWA C1 05, latest
revision, for either Method A, B or C Installation. The encasement shall be protected
from prolonged exposure to sunlight to prevent deterioration of the polyethylene film.
I
I
I
I
I
C1
I
I 422-1
Section 429
Mandrel Teat
TECHNICAL SPECIFICATIONS
' MANDREL TESTING OF
POLYVINYL CHLORIDE PIPE SEWER LINES
' A. GENERAL
The work included in this section shall consist of providing all materials, labor, equipment,
1
tools, supplies and incidentals necessary for Mandrel testing of polyvinyl chloride (PVC)
sewer lines.
PVC sewer lines shall be Mandrelled in conformance with these Specifications.
B. MATERIALS
Flexible sewer pipes shall be Mandrelled with a rigid device sized to pass 5 percent or
less deflection (or deformation) of the pipe.
The Mandrel (go/no-go) device shall be cylindrical in shape and constructed with either
9 or 16 evenly spaced arms or prongs. Mandrels with less arms (in odd or even
' numbers, respectively) will be rejected as not sufficiently accurate. The contact length
of the Mandrel's arms shall equal or exceed the nominal diameter of the sewer to be
inspected. Critical Mandrel dimensions shall carry a tolerance of ±0.01 inch.
Pipe dimensions as contained in ASTM 2680, latest revision, shall be used to compute
the Mandrel dimensions. Allowances for pipe wall thickness tolerances or ovality (from
' shipment, heat, shipping loads, poor production, etc.) shall not be deducted from the
base ASTM data, but shall be counted as a part of the 5 percent or lesser deflection
allowance.
The Mandrel shall be hand -pulled by the Contractor through all sewer lines. Any sections
of sewer not passing the Mandrel shall be uncovered and the Contractor shall robed,
reround or replace the sewer to the satisfaction of the Engineer. These repaired sections
shall be retested.
The inspection shall be conducted no earlier than 30 days after reaching final trench
backfill grade, provided, in the opinion of the Engineer, that sufficient water densification
or rainfall has occurred to thoroughly settle the soil throughout the entire trench depth.
' If this cannot be achieved in the time after installation prior to the project completion
date, then the Mandrel size shall be increased to measure one-third less of a deflection
allowance.
Drawings of the Mandrel with complete dimensioning shall be furnished by the Contractor
to the Engineer for his approval for each diameter and specification of pipe.
429-1
I
I
I
LI
[I
I
I
I
L_1
I
I
I
I
I
I
TECHNICAL SPECIFICATIONS
CLEANING AND TELEVISING SANITARY SEWER LINES
A. GENERAL
ii T-
• I• rTr1 : • 1 : 1 1: • • 1 1 : r: I 1 r•
1 • : 1' '1 11 • 1 • 1 h 1 : : : : 1 h
B. CLEANING
I 1 • r• r: - • u - • r: 1 : • - • - • • •
h : 1 : 1 : • I: 1 : • : 1 • 1 : • • : •
I _ : • • : 1 I : • I • 1 : : • I
2. Root Removal. Roots shall be removed in the designated sections where root
Intrusion is a problem. Special attention should be used during the cleaning
operation to assure almost complete removal of roots from the joints. Any roots
which could prevent the proper application of the pipe grouting shall be removed.
Procedures may include the use of mechanical equipment such as rodding
machines, bucket machines and winches using root cutters and porcupines, and
equipment such as high -velocity jet cleaners.
3. Material Removal. All sludge, dirt, sand, rocks, grease, and other solid or
semisolid material resulting from the cleaning operation shall be removed at the
downstream manhole of the section being cleaned. Passing material from
manhole section to manhole section, which could cause line stoppages,
accumulations of sand in wetwells, or damage pumping equipment, shall not be
permitted.
4. DDl posal of Materials. All solids or semisolids resulting from the cleaning
operations shall be removed from the site and disposed of at a site designated by
the Owner. All materials shall be removed from the site no less often than at the
end of each workday. Under n!c circumstances will the Contractor be allowed to
accumulate debris, etc., on the site of work beyond the stated time.
5. Water. The Owner shall provide water for cleaning the specified line segments.
The Contractor shall be conservative and not use unnecessarily. No fire hydrant
shall be obstructed in case of a fire in the area served by the hydrant.
Section 442 t
SIL Cleaningrreievising
1
6. Protection of Property. Precautions shall be taken to protect all private and public
property from damage due to flooding or other problems associated with cleaning.
The Contractor shall be responsible for all damage to public or private property
associated with the cleaning operations.
C. TELEVISION INSPECTION ,
After cleaning, the sewer line segments shall be visually Inspected by means of closed- ,
circuit television. The Inspection shall be done one manhole section at a time.
The television camera used for the inspection shall be specifically designed and
constructed for such inspection. Lighting for the camera shall be suitable to allow a clear
picture of the entire periphery of the pipe. The camera shall be operative in 100 percent
humidity conditions. The camera, television monitor, and other components of the video
system shall be capable of producing picture quality to the satisfaction of the Engineer;
and if unsatisfactory, equipment shall be removed and no payment will be made for an
unsatisfactory inspection.
The camera shall be moved through the lien in either direction at a moderate rate,
stopping when necessary to permit proper documentation of the sewer's condition. In t
no case will the television camera be pulled at a speed greater than 30 feet per minute.
Power winches, TV cable, and powered rewinds or other devices that do not obstruct the
camera view or interfere with proper documentation of the sewer conditions shall be used
to move the camera through the sewer line. If, during the inspection operation, the
television camera will not pass through the entire manhole section, the Contractor shall
set up his equipment so that the inspection can be performed from the opposite manhole.
If, prior to televising, the cleaning equipment failed to traverse the entire manhole section
and it was assumed that a major blockage exists, the remote -controlled track type
television camera shall be used to determine the extent and the type of the blockage. I
Television Inspection Loos. Printed location records shall be kept by the Contractor and
shall clearly show the location in relation to an adjacent manhole of each infiltration point
observed during inspection. In addition, other points of significance such as locations of
building sewers, unusual conditions, roots, storm sewer connections, broken pipe,
presence of scale and corrosion, and other discernible features shall be recorded and
a copy of such records shall be supplied to the Owner.
Videotape
Recordings.
Video tapes of the television inspection shall be recorded and
shall be
supplied to
the
Owner.
I
I
442-2 1
section 443
Main Line Al Test/Grout
ITECHNICAL SPECIFICATIONS
IMAIN LINE AIR TEST AND GROUTING
A. GENERAL
The work to be included under this section of the Specifications shall consist of providing
all materials, labor, equipment, tools, supplies and incidentals necessary for testing and
grouting of the sewer main line joints and circumferential cracks.
B. EQUIPMENT
The basic equipment used shall consist of a closed-circuit television system, test
monitoring equipment, chemical sealant containers, pumps, regulators, hoses, etc., and
a joint sealing and testing device (such as packer) for the various sizes of sewer pipes.
The packer device shall be cylindrical and have a diameter less than the pipe size and
have cables attached at each end to pull it through the line.
C. MATERIALS
' The chemical grout shall be low toxicity AC -400 acrylate chemical grout as manufactured
by Geochemical Corporation, or approved equal.
D. AIR TESTING AND GROUTING PROCEDURE
Prior to starting the pipe joint testing phase of the work, a two-part control test shall be
' performed as specified in the National Association of Sewer Service Companies
(NASSCO) Specifications.
I Each sewer pipe joint and circumferential crack within designated sewer line segments
shall be air tested and sealed as specified below:
1. The packer shall be positioned over the faulty joint or crack by means of a
measuring device and the closed-circuit television camera in line.
2. The packer ends shall be expanded using controlled pressure. The expanded
ends shall seal against the inside periphery of the pipe to form a void area at the
faulty joint or crack, now completely isolated from the remainder of the pipe line.
3. Air shall then be introduced into the void area until a pressure equal to or greater
than the required test pressure (as specified below) is observed with the void
pressure monitoring equipment. Then, the air flow shall be stopped. If the void
pressure decays by more than 2 psi within 15 seconds, or if the required test
pressure cannot be developed (due to joint leakage), the joint will have failed the
' test and shall be sealed as specified in paragraph D.4 of this Specification.
Test Pressure. Joint test pressure shall be 3 osi higher than the groundwater
' pressure, If any, outside the pipe. Groundwater pressure may be determined by
1 443-1
X44 I
Main Une Air Test/Grout
positioning the testing device on a visibly Infiltrating joint and measuring the
resulting VOID pressure with the VOID pressure monitoring equipment.
In the absence of groundwater pressure data, the test pressure shall be equal to
1/2 psi per vertical foot of pipe depth or 3 psi, whichever Is greater.
4. Joint Sealing Procedure. Joints or circumference cracks showing visible leakage
or joints that have failed the joint test specified shall be sealed as specified. Joint
sealing shall be accomplished by forcing chemical sealing materials into or
through faulty joints or cracks by a system of pumps, hoses, and sealing packers.
It is Important that the procedure used by the Contractor for positioning the packer
be accurate to avoid overpulling the packer and thus not effectively sealing
(grouting) the intended joint. The pumping unit, metering equipment, and the
packer device shall be designed so that proportions and quantities of materials
can be regulated in accordance with the type and size of the leak being sealed. '
5. Joint Sealing Verification. Upon completing the sealing of each individual joint, the '
packer shall be deflated until the VOID pressure meter reads zero pressure, then
reintlated and the joint retested as specified above. Should the VOID pressure
meter not read zero, the Contractor shall clean his equipment of residual grout
material or make the necessary equipment repairs/adjustments to produce
accurate VOID pressure readings. Joints that fail to meet the specified test criteria
shall be resealed and retested until the test criteria can be met.
6. Residual Sealing Material. Residual sealing materials that extend into the pipe, I
reduce the pipe diameter, or restrict the flow, shall be removed from the joint. The
sealed joints shall be left reasonably 'flush' with the existing pipe surface. If
excessive residual sealing materials accumulate in the line, the manhole section
shall be cleaned to remove the residual materials.
7. Records. Complete records shall be kept of joint and crack sealing performed in
each manhole section. The records shall identify the manhole section in which the
sealing was done, the location of each joint or crack sealed, and the joint sealing
verification results.
I
I
Li
I
443-2 1
I
hl .Fri
•
I
I
I
I
I
I
TECHNICAL SPECIFICATIONS
POINT REPAIRS
The work to be included under this section of the Specifications shall consist of providing
all materials, labor, equipment, tools, supplies, bypass pumping, and incidentals
necessary to repair existing sewer line segments and appurtenances. The work shall
include every item of construction necessary for a complete and acceptable repair as
shown on the Plans and hereinafter specified.
The work set out under this rehabilitation method generally includes replacing of the
section of sewer main line up to 25 linear feet, including disconnecting and reconnecting
the existing service lines.
Point repairs shall be at the locations as shown on the Plans.
B. MATERIALS
1. Granular Base Trench Backfill. Granular base trench backfill (where required)
shall be aggregate base course, Class 6, as specified in Section 303 of the
Arkansas State Highway Department Standard Specifications, latest edition.
i2. Sewer Pipe and Appurtenances. All sewer pipe, fittings, Joints, lubricant, bedding
and backfill shall be in conformance to the Pipe Specifications, depending upon
the type of pipe used.
3. Concrete. Concrete for pavement repair shall be as specified elsewhere in these
• i Specifications.
C. EXECUTION
Methods for performing point repairs as specified in paragraph A above are set out as
follow:
1. Replace Section of Sewer Main Line uo to 25 Linear Feet
a. Flow Control and Bypass Pumping. All flow control and bypass pumping
as necessary shall be provided by the Contractor. All bypass pumping
required during construction shall be in accordance with Section 447 of
these Specifications. There is no separate pay item for bypass pumping,
and bypass pumping shall be considered subsidiary to the rehabilitation
method employed.
b. Surface Removal. Surface removal shall be in accordance with
Section 401 of these Specifications. There is no separate pay item for the
removal of existing cover or excavation, and any such removal or
I
444-1
X444 I
Point Repairs
excavation shall be considered subsidiary to the rehabilitation method
employed.
c. Trench Preparation. All trench preparation, backfill and construction shalt
be made in accordance with the details on the Plans and Pipe
Specifications, depending upon the type of pipe used.
d. Pipe Replacement. The Contractor shall be responsible for removing the
existing pipe and installing new pipe at the locations shown on the Plans. I
The material of new pipe shall be ductile iron where replacement is
required under the driving surfaces and sidewalks, and PVC in other
locations. The new pipe shall be installed as shown on the details and as
specified in these Specifications.
1) Pipe to Pipe Connections. Where the line section to be replaced
does not begin or terminate at manholes, a flexible coupling as
manufactured by Fernco, or equal, shall be used to joint the ends of
the newly -constructed line section to the existing sewer line as
shown on the detail. All pipe couplings shall be installed in
accordance with the manufacturer's recommendations and as shown
on the details. I
2) Connections to Existing Manholes. Where the line section to be
replaced begins or terminates at manholes, the Contractor shall cut
the first existing pipe joint at the manhole back to a point so the
remainder of the pipe is fit and usable as determined by the
Engineer. Then, a flexible coupling, as manufactured by Femco, or
equal, shall be used to joint the ends of the newly -constructed line
section to the existing pipe stub as shown on the detail. All pipe
couplings shall be installed in accordance with the manufacturer's ,
recommendations and as shown on the details.
If the pipe between the manhole wall and the first pipe joint is
determined by the Engineer to be totally unusable, or it is impractical
to use the above specified method due to a close proximity of the
first joint to the manhole wall, the Contractor shall make a tie to the
existing manhole by drilling, chipping or jack -hammering an opening
of sufficient diameter for the Installation of the new pipe in the
existing manhole wall. The new pipe shall be installed at the same
invert elevation as the existing pipe. A manhole waterstop as
specified elsewhere in these Specifications shall be placed on the
pipe prior to installation. After the pipe is installed, the manhole -to -
pipe connection shall be repaired using a non -shrink grout. The
repair shall be watertight. Any damage to the manhole caused
during the connection construction shall be repaired by the
Contractor at his expense. I
e. Sewer Service Reconnections. Existing service lines disturbed or broken
during the construction of the new sanitary sewer line sections shall be '
444-2 1
4�
Point Repairs
reconnected to the newly -constructed sewer line. The City will help the
Contractor to locate service lines required to be reconnected. The
Contractor shall notify the City at least three days in advance of beginning
work on the proposed line segment.
During construction, sewer service tees or wyes shall be placed on the
downstream side of the existing sewer service line to make the service
connection as shown on the Plans and hereinafter specified. Tapping the
newly -constructed sewer line will no be allowed unless under specific
direction of the Engineer.
I The sewer service lines shall be reconnected as shown on the Plans,
according to the type of main pipe line, and size and type of service line.
All new service lines Installed shall have a minimum diameter of 4 Inches.
If the existing service line has a. diameter larger than 4 inches, the new
service line shall have a diameter equal to that of the existing service line.
The Contractor shall be responsible for providing all couplings and fittings
necessary for transition from one pipe type or size to another type or size
of pipe.
I All couplings shall be manufactured by Femco, or equal. All couplings shall
be installed in accordance with the manufacturer's recommendations.
If. Driving Surface. Sidewalk, and Curb and Gutter Repair. After the proposed
rehabilitation has been completed, all paved and unpaved driving surfaces,
driveways, parking lots, sidewalks, and curb and gutter shall be repaired as
set out in Section 495 of these Specifications. Payment for the different
types of surface repairs shall be made to the Contractor as set out In the
Methods of Measurement and Payment except that damage to any
�«. :.
..
.... : ..
• i : i• - . i - - . r.• • : .: i -I L• it.: • • i
Specifications. There is no separate
pay Item for
cleanup
and this work
shall be considered subsidiary to the
rehabilitation
method
employed.
I
I
I
I
1 444-3
L
41 .
�1
J
I
I
I
I
I
I
I
I
I
I
L
I
I
I
I
TECHNICAL SPECIFICATIONS
REPLACEMENT OF LINE SEGMENTS
A. GENERAL
The work to be Included under this section of the Specifications shall consist of providing
all materials, labor, equipment, tools, bypass pumping, supplies and Incidentals
necessary for replacement of sewer line segments as shown on the Plans and
hereinafter specified.
The Contractor shall notify the City of Fayetteville, Arkansas, and all sewered customers
affected by the construction, three days in advance of beginning work on the proposed
line segment.
B. MATERIALS
Sewer Pipe. The Contractor shall furnish and install either ductile Iron or polyvinyl
chloride (PVC) sewer pipe as shown on the Plans. The pipe shall be
manufactured, furnished, installed and tested in accordance with the following
sections of these Specifications:
PVC
Ductile Iron
419
420
2. Bedding Material. Bedding material• .for sewer pipe shall conform with
requirements for "Pipe Bedding Material* as specified elsewhere in these
Specifications. There is. no separate pay item for bedding material and this Item
shall be considered subsidiary to sewer pipe.
3. Crushed Stone Base Trench Backfill. Crushed stone base trench backfill (where
required) shall be aggregate base course, Class 6, as specified in Section 303 of
the Arkansas State Highway Department Standard Specifications, latest edition.
Nom: This item shall be paid for at the unit price bid and as set out. In the
Methods of Measurement and Payment.
C. EXECUTION
Flow Control and Bypass Pumping. All flow control and bypass pumping as
necessary shall be provided by the Contractor. All bypass pumping required
during construction shall be in accordance with Section 447 of these
Specifications. There is no separate pay item for bypass pumping, and bypass
pumping shall be considered subsidiary to the sewer pipe.
2. Surface Removal. Surface removal shall be in accordance with Section 401 of
these Specifications. There is no separate pay item for the removal of existing
I
445-1
Section 445 ,
Replacement of Une Segments
cover or excavation, and any such removal or excavation shall be considered
subsidiary to the rehabilitation method employed.
3. Trench Preparation. All trench preparation and construction shall be made in
accordance with the details on the Plans and the Pipe Specifications, depending ,
upon the type of pipe used.
4. Line Segment Replacement. The location and grade of sewer line segments to
be replaced are shown on the Plans.
It is the intent of these Specifications that the new sewer fine segment shall be laid
In the same trench and along the same alignment as the existing sewer line
unless otherwise shown on the Plans or directed by the Engineer.
The Contractor shall be responsible for disconnecting existing service connections,
removing and replacing the existing sewer line, reconnecting the existing service
lines, and backfilling the sewer line, all within one calendar day for each line
segment shown on the Plans. '
5. Special Connections to Existing Manholes and Existing Sewers. Where manholes
are to be constructed over or at the end of the newly -constructed sewers, such
connections shall be made In accordance with the Pipe Specifications, depending
upon the type of pipe used. Where an entire line segment is to be replaced
between existing manholes, and no new manhole construction is indicated on the
Plans, the connections to existing manholes or sewers shall be made in
conformance with the following Specifications. All work shall be In a workmanlike
manner so as not to damage any other structures involved. 1
a. Connection of Newly -Constructed Sewer Lines to Existing Manholes. If
existing sewer line segment to be replaced is 8 inches in diameter or
larger, connections of newly -constructed sewer lines to existing manholes
shall be made at the first pipe joint outside the manhole wall, and shall be
dependent upon the condition of that joint. After excavation, if the joint is
determined by the Engineer to be sound and usable, the existing bell -end
gasket shall be removed from the pipe and disposed of by the Contractor.
The pipe shall be thoroughly cleaned inside for a distance of one foot up
the existing sewer line and a new pipe gasket of the appropriate diameter
installed. The new sewer pipe shall then be installed according to the line
and grade as shown on the Plans and in accordance with the Pipe
Specifications, depending upon the type of pipe used.
If the first pipe joint outside the manhole wall is determined by the Engineer
to be partially usable or has an incompatible outside pipe diameter to join
to new pipe, the Contractor shall use proper couplings to connect newly -
constructed sewer lines to existing manholes, as follows.
I
445-2 1
section 445
Replacement of Line Segments
Use of Cou Dings. The Contractor may, use the proper straight, transition,
1 or other coupling of the appropriate diameter(s) to connect the existing
sewer line to the newly -constructed sewer line, If the existing sewer pipe
and the manhole Is sound and free from defects. The Contractor will be
required to cut the existing pipe joint back to a point so the remainder of
the pipe Is fit and usable.
All couplings shall be made specifically for the type of pipe connection
being made, and shall be Femco pipe connectors, or equal. All couplings
or connectors shall be installed in accordance with the manufacturer's
recommendations and as shown on the details.
If the existing pipe and the first pipe joint outside the manhole wall is
determined by the Engineer to be totally unusable, a connection through
Ithe manhole wall shall be made as set out below.
Connections through Manhole Walls. If couplings are not used, the
I
Contractor shall make a tie to the existing manhole by drilling, chipping or
jack -hammering a hole of sufficient diameter for the installation of the sewer
pipe in the existing manhole wall. Unless otherwise shown on the Plans,
I. the sewer pipe shall be installed at the same invert elevation as the existing
pipe. A manhole waterstop as specified elsewhere in these Specifications
shall be placed on the pipe prior to Installation. After the pipe is Installed,
the manhole -to -pipe connection shall be repaired using a non -shrink grout.
The repair shall be watertight. Any damage to the manhole caused during
the connection construction shall be repaired by the Contractor at his
Iexpense.
I kJ
Y• :. -
lIti . :. :..
'tI''ffhiW'M4hh1
:jlrl,usnlf:1.,rfl• !mil• •• • • : • . A
••
• : - : • • • 1 : • - • - •• - 1 : • : • -
is .: -:�•�� y •� • - rc - • ti •:• • • • •
the construction of the new sanitary sewer lines shall be reconnected to the newly -
constructed sewer line. The City will help the Contractor to identify service lines
required to be reconnected. The Contractor shall notify the City at least three
days In advance of beginning work on the proposed line segment.
During construction, sewer service ties or wyes shall be placed on the
downstream side of the existing sewer service line to make the service connection
445-3
Section 445 '
Replacement of Line Segments
as shown on the Plans and hereinafter specified. Tapping the newly -constructed
sewer line will not be allowed unless under the specific direction of the Engineer.
All new service lines installed shall have a minimum diameter of 4 inches. If the
existing service line has a diameter larger than 4 inches, the new service line shall
have a diameter equal to that of the existing service line. The Contractor shall be
responsible for providing all couplings and fittings necessary for transition from
one pipe type or size to another type or size of pipe.
All couplings shall be made specifically for the type of pipe connection being
made, and shall be Fernco pipe connector, or equal. All couplings or connector
shall be installed in accordance with the manufacturer's recommendations and as
shown on the details.
7. Driving Surface. Sidewalk. and Curb and Gutter Repair. After the proposed ,
rehabilitation has been completed, all paved and unpaved driving surfaces,
driveways, parking lots, sidewalks, and curb and gutter shall be repaired as set
out in Section 495 of these Specifications. Payment for the different types of I
surface repairs shall be made to the Contractor as set out in the Methods of
Measurement and Payment, except that damage to any groundcover, driving
surface, sidewalk, or curb and gutter outside the limits of construction shall be
considered non -essential, and the Contractor shalt be responsible for repairing any
damaged areas at his own expense.
8. I nu . After the proposed rehabilitation has been completed, the Contractor
shall clean up the area in accordance with Section 489 of these Specifications.
There is no separate pay item for cleanup and this work shall be considered
subsidiary to the rehabilitation method employed. The Contractor is required to
complete cleanup on each individual line segment within seven calendar days.
9. Testing. Replaced line segments shall be tested as specified elsewhere in these 1
Specifications.
10. Payment for Line Segment Replacement. Sewer lines will be included on partial I
payment estimates only when every item of work required to construct each
Individual sewer line segment has been completed, including reconnection of
existing services, trench backfill, cleanup, topsoiling, fertilizing, seeding and
mulching. (Seeding, fertilizing and mulching shall only be done between the
months of March through October.) When seeding, fertilizing and mulching cannot
be completed (during the months of November through February), an additional
10 percent retainage on work under these bid items shall be withheld until
completion. '
11. Special Requirements. The line segment between Manholes 2125 and 2/24 is
located in front of Jefferson Elementary School. Replacement of this line segment
is required to be performed during the hours when school is not in session. No
trench excavation is permitted in that length in which sewer line installation may
not be reasonably completed during the one non -school' working day. ,
445-4 1
Secfbn 447
Bypass Pumping
TECHNICAL SPECIFICATIONS
BYPASS PUMPING
A. GENERAL
The work to be Included under this section of the Specifications shall consist of furnishing
all pumps, conduits, labor, supervision, equipment, appliances, and materials necessary
to perform all operations In connection with bypass pumping of sewage flows, to divert
the flow of sewage around the line section(s), or manholes in which work or testing is to
be performed. There Is no separate pay item for bypass pumping. All bypass pumping
'
shall be considered subsidiary to the unit price bid for the rehabilitation method
employed.
B. PUMPING CAPACITY
The bypass system shall be of sufficient capacity to handle existing flows plus additional
' flow that may occur during periods of a rainstorm. The Contractor will be responsible for
furnishing the necessary labor and supervision to set up and operate the pumping and
bypassing system. All engines shall be equipped In a manner to keep the pump noise
1 to a minimum.
C. BYPASS PUMPING
On all line segments where parallel line segment construction Is not indicated, It shall be
the responsibility of the Contractor to provide bypass pumping of raw sewage from one
L manhole to another manhole in order to eliminate flow through a section of sewer pipe
and to prevent backup and overflow of sewage. The Contractor shall be responsible for
plugging off and pumping down the sewer lines in the designated areas, and to correct
Iany problems which may arise as a result of the pumping operations.
The sewer line shall be pumped down from an upstream manhole to a downstream
manhole using trailer -mounted pumps of sufficient size and capacity as set out In
paragraph B above. Such pumping operations shall continue until such time as the
sewer line replacement is successfully completed, the new sewer line air tested, and all
service lines reconnected.
D. FLOW CONTROL PRECAUTIONS
Whenever flows in a sewer line are blocked, plugged or bypassed, it shall be the
responsibility of the Contractor to take sufficient precautions to protect the sewer lines
I. from damage that might be inflicted by excessive sewer surcharging. Further,
precautions must be taken to ensure that sewer flow control operations do not cause
flooding or damage to public or private property being served by the sewers involved.
IThe Contractor shall be responsible for repair of any private residences, public buildings
or other structures which are flooded or otherwise damaged during sewer line or manhole
replacement or repair.
447-1
section 448
Menthols Rehabilitation
TECHNICAL SPECIFICATIONS
MANHOLE REHABILITATION
A. GENERAL
The work to be included under this section of the Specifications shall consist of providing
all materials, labor, equipment, tools, supplies, bypass pumping, and incidentals
necessary to repair existing manholes. The work shall include every item of construction
necessary for a complete and acceptable repair as shown on the Plans and hereinafter
specified.
Manhole rehabilitation shall include such repairs as are generally set out in Table 1
below, and hereinafter specified. Also listed in Table 1 is the related rehabilitation code
as referenced on the Plans and in these Specifications.
TABLE 1
'
Rehabilitation
Rehabilitation Method Code
Repair Manhole/Main Line Connection 7
Raise Manhole Frame and Lid In Easement 9
Raise Manhole Frame and Lid to Street Grade 10
Replace Existing Manhole Frame & Lid with New 11
Remove Existing Manhole and Construct New Manhole 12
The manholes upon which rehabilitation work Is required are set out in tabular form in
Table 2 at the end of this section of the Specifications.
I B. MATERIALS
1. Concrete. Concrete shall be as specified elsewhere In these Specifications.
2. Mortar and Grout. Mortar or grout shall be mixed In the proportion of one part of
Portland cement and two parts mortar sand as defined below.
a. Portland Cement. Portland cement shall conform to the requirements of
ASTM C150-80, Standard Specification for Portland Cement," Type I.
1 Only one brand and manufacturer of cement shall be used on the contract
except by written permission of the Engineer.
The Contractor may use, subject to the approval of the Engineer, Type Ill,
a high early strength Portland cement.
When a type of cement not specified is permitted by the Engineer, any
additional cost shall be assumed by the Contractor.
i
1
448-1
448 1
Manhole Rehabilitation
b. Mortar Sand. Mortar sand when specified shall conform to the quality
requirements for fine aggregate for concrete as specified herein except that
the gradation shall be as follows:
Percentage by Weight
Passing No. 8 Sieve 100%
Passing No. 50 Sieve 15-40% '
Passing No. 100 Sieve 0-10%
The mixture shall be dry -mixed until it has a uniform color, after which '
water shall be added or the mixing continues until the mortar has a
consistency such that it can be easily handled and spread with a trowel.
Mortar or grout that has not been used within 30 minutes after water has
been added shall not be used.
3. Manhole Frames and Lids. All new manhole frames and lids, where required,
shall be as specified in Section 482 of these Specifications.
C. EXECUTION
Methods for performing each of the rehabilitation methods contained in paragraph A '
above are set out as follows.
1. General Construction I
a. Flow Control and Bvoass Pumping. All flow control and bypass pumping
as necessary shall be provided by the Contractor. All bypass pumping
required during construction shall be in accordance with Section 447 of
these Specifications. There Is no separate pay item for bypass pumping,
and bypass pumping shall be considered subsidiary to the manhole
rehabilitation method employed.
b. Surface Removal. Surface removal shall be in accordance with I
Section 401 of these Specications. There Is no separate pay item for the
removal of existing cover or excavation, and any such removal or
excavation shall be considered subsidiary to the rehabilitation method
employed.
c. Driving Surface. Sidewalk, and Curb and Gutter Repair. After the proposed I
manhole rehabilitation has been completed, all paved and unpaved driving
surfaces, driveways, parking lots, sidewalks, and curb and gutter shall be
repaired as set out in Section 495 of these Specifications. Payment for the
different types of surface repairs shall be made to the Contractor as set out
in the Methods of Measurement and Payment exce t that damage to any
surface, driving surface, sidewalk or curb and gutter outside the limits of
construction shall be considered non -essential, and the Contractor shall be
responsible for repairing any damaged areas at his own expense. '
448-2 1
' section 448
Manhole Rehabilitation
d. QiQarnaQ. After the proposed manhole rehabilitation has been completed,
the Contractor shall clean up the area in accordance with Section 489 of
these Specifications. There is no separate pay item for cleanup and this
work shall be considered subsidiary to the manhole rehabilitation method
employed.
2. Repair Manhole/Main Line Connection (Rehabilitation Code 7). The work set out
under this rehabilitation method generally includes repair of the annular space
around incoming sewer main line at the east side of manhole no. 169.
' Material for repair shall be "Strong Plug' rapid set cementitious mix as
manufactured by Strong -Cite Products Corporation, or equal, and shall have the
following minimum requirements:
a. Compressive Strength (ASTM C-5798)
' 600 psi 1 hour
1,000 psi 24 hours
b. Bond (ASTM C-321)
'• 80 psi 1 hour
80 psi 24 hours
Strong Plug shall be hand -mixed in accordance with the manufacturer's directions
in such quantities that placement can be made In five (5) minutes.
The area to be repaired must be free of all debris, loose brick, mortar or concrete.
Strong Plug mix shall be placed by hand using repetitive applications of small
amounts which shall be held in place with maximum hand pressure until stiffening
takes place.
3. Raising Manholes (Rehabilitation Codes 9 and 10). The work set out under this
rehabilitation method generally Includes removing the existing manhole frame and
cover and raising the manhole with concrete to the grade as shown on the detail.
a. Removalof Existing Frame and Lid. The manhole frame and lid shall be
removed from the cone. Existing manhole frames and lids designated to
be replaced with new frames and lids shall become the property of the
Contractor. Any damage to the existing frame and lid required to be reset
or to the manhole during the removal of the frame and lid shall be repaired
at the expense of the Contractor.
b. Raising the Manhole. The top of the manhole shall be thoroughly cleaned
of any loose mortar, mud, dirt, or other debris. Concrete shall be formed
on the top of the brick wall to reach the desired elevation, as shown on the
details. The Contractor shall be responsible to protect concrete from
cracking during the curing process and from freezing temperatures. The
' 448-3
Section 448 1
Manhole Rehabilitation
Engineer shall, at his discretion, prohibit pouring concrete during periods
of extreme cold or inclement weather.
c. Reclacing the Frame and Lid - Manhole In Street. The Contractor shall
furnish and install a new manhole frame and lid as specified in Section 482.
The manhole frame shall be cast Into concrete formed on top of the
existing manhole wall. The rim of the new manhole frame and lid shall be
1/2 Inch above existing pavement grade.
d. Replacing the Frame and Lid - Manhole in Easement. After the curing
process has been completed, the top of the manhole shall be thoroughly ,
cleaned and a 3/8 inch layer of grout shall be applied to accept the
manhole frame. The new or existing manhole frame, as required, shall be
centered over the top of the manhole and firmly seated in the grout.
Additional grout shall be applied over the outside of the casting flange.
Manholes requiring furnishing and installing new manhole frame and lid are
indicated on the Plans with Rehabilitation Code 11.
e. Backfilling. The excavated area shall be backfilled according to the existing
ground conditions in accordance with Section 461 of these Specifications.
4. ReolacingExisting Manhole Frame and Lid with New (Rehabilitation Code 11).
At the locations shown on the Plans, the existing manhole frame and lid shall be I
replaced with the new manhole frame and lid in accordance with the rehabilitation
method specified in paragraph C.3 of these Specifications. New manhole frames
and lids shall be as specified in Section 482 of these Specifications.
5. Removing of Existing Manhole and Constructing New Manhole (Rehabilitation
Qode 12). The work set out under this rehabilitation method generally includes
excavating and completely removing the existing manhole and base, and
constructing a new cast -in -place manhole and base.
The existing manhole and manhole base shall be completely removed, hauled I
from the site and disposed of by the Contractor. Any damage to the existing
sewer line shall be repaired or replaced at the Contractor's expense. After the
manhole has been removed, a new manhole shall be constructed over the existing
sewer lines in conformance with the standard detail and Section 482 of these
Specifications. I
I
I
I
448-4 1
' Section 448
Manhole Rehabilitation
' mzianu•w® TABLE 2
I
i
1
PXY
MANHOLE
No.
MANHOLE LOCATION
REHABILITATION
AND
CODE
METHOD
No.
w
Z
J
a p
= z
Q V
O
J
atf
g W
4
x y
0 Z
2
J
ep
w
x ¢u.
N Z
J o
J
z w
o
¢
= i
i
Z Z
D
¢
00
7
9
10
11
12
6
11
11 A
12A
14
28
37
52
59
Church Ave.
South St & East Ave.
East St. ( Yard )
4th St ( Yard )
Block St ( Easement )
4th St. ( Back Yard )
Rock St.
Washington Ave.
Willow Ave.
x
x
x
X
X
x
x
X
X
J
I
I
I
I
TECHNICAL SPECIFICATIONS
MUNICIPAL MAIN LINE TAP AND
SERVICE LINE REPAIRS
A. GENERAL
The work to be included under this section of the Specifications shall consist of providing
all materials, labor, equipment, tools, supplies, bypass pumping, and incidentals
necessary to repair existing sewer main line taps, municipal service lines and
appurtenances. The work shall include every item of construction necessary for a
complete and acceptable repair as shown on the Plans and hereinafter specified.
The rehabilitation methods specified herein shall include the following:
1. Repair main line tap.
' 2. Replace section of municipal service line.
I
I
3. Repair manhole/municipal service line connection.
4. Plug service lateral.
B. MATERIALS
I
2. Sewer Pipe and Appurtenances. All sewer pipe, fittings, joints, lubricant, bedding
and backfill shall be in conformance to the Pipe Specifications, depending upon
the type of pipe used.
' C. EXECUTION
Methods for performing each of the rehabilitation procedures specified in paragraph A
above are set out as follows.
I1. General Construction
a. Flow Control and Bmass Pumping. All flow control and bypass pumping
' as necessary shall be provided by the Contractor. All bypass pumping
required during construction shall be in accordance with Section 447 of
these Specifications. There is no separate pay item for bypass pumping,
' and bypass pumping shall be considered subsidiary to the rehabilitation
method employed.
' 449-1
Section 449 I
Service Line Repairs
b. Surface Removal. Surface removal shall be In accordance with
Section 401 of these Specifications. There is no separate pay Item for the
removal of existing cover or excavation, and any such removal or
excavation shall be considered subsidiary to the rehabilitation method
employed.
c. Trench Preparation. All trench preparation and construction shall be made
In accordance with the details on the Plans and Pipe Specifications,
depending upon the type of pipe used.
d. Driving Surface. Sidewalk. and Curb and Gutter Repair. After the proposed
manhole rehabilitation has been completed, all paved and unpaved driving
surfaces, driveways, parking lots, sidewalks, and curb and gutter shall be
repaired as set out in Section 495 of these Specifications. Payment for the
different types of surface repairs shall be made to the Contractor as set out ■
In the Methods of Measurement and Payment that damage to any ■
groundcover, driving surface, sidewalk or curb and gutter outside the limits
of construction shall be considered non -essential, and the Contractor shall
be responsible for repairing any damaged areas at his own expense.
e. CleanuD. After the repair has been completed, the Contractor shall clean
up the area In accordance with Section 489 of these Specifications. There
is no separate pay item for cleanup, and this work shall be considered
subsidiary to the rehabilitation method employed. I
2. Repair Main Line Tap. Cut and remove existing main line tap as shown on the
Plans and details. Install new factory -made wye or tee using proper connecting
couplings as manufactured by Fernco, or equal, and make new service connection
as shown on the detail. Size of new main line tap and service line shall match
existing. The Contractor shall be responsible for providing all couplings and
fittings necessary for transition from one pipe type or size to another type or size
of pipe. All pipe couplings or connectors shall be installed in accordance with the
manufacturer's recommendations.
3. Replace Section of Municipal Service Line. It is the intent of these Specifications
that the new service line section be laid in the same trench and along the same
alignment as the existing service line unless otherwise shown on the Plans or
directed by the Engineer. To joint the ends of the newly -constructed service line
section to the existing service line, proper transition or other couplings as
manufactured by Fernco, Inc., or equal, shall be used. All new service lines shall
match the size of existing service fines and material as shown on the details.
4. Repair Manhole/Municipal Service Line Connection. This type of repair shall
generally include excavating the defective service line Immediately adjacent to the
manhole, and making a watertight repair by replacing 10 linear feet of existing
municipal service line with new pipe as shown on the detail and specified herein.
The connection of the newly -constructed service line to existing manhole shall be
made by cutting the first existing pipe joint outside the manhole back to a point so I
449-2 '
' Section 449
Service Line Repairs
the remainder of the pipe is fit and usable as determined by the Engineer. A
flexible coupling as manufactured by Fernco, or equal, shall be used to connect
newly -constructed service line to existing service line stub at the manhole as
shown on the detail. All couplings shall be installed in accordance with the
manufacturer's recommendations.
If the existing service line immediately outside the manhole wall and is determined
by the Engineer to be totally unusable, a connection through the manhole wall
' shall be made as set out below.
The Contractor shall make a tie to existing manhole by drilling, chipping or Jack-
' hammering a hole of sufficient diameter for installation of the service line in the
existing manhole wall. Unless otherwise shown on the Plans, the service line shall
be installed at the same invert elevation as the existing pipe. A manhole
' waterstop as specified in the Pipe Section of these Specifications, depending upon
the type of pipe used, shall be placed on the pipe prior to installation. After the
pipe is Installed, the manhole -to -pipe connection shall be repaired using a non-
' shrink grout. The repair shall be watertight. Any damage to the manhole caused
during the connection construction shall be repaired by the Contractor at his
expense.
' At the locations where installation of the manhole liner is required in addition to
the manhole/municipal service line repair, the Contractor shall perform the
' manhole/service line repair prior to the installation of the manhole liner.
5. Plug Service Lateral. The Contractor shall plug the existing service lateral at the
' locations shown on the Plans. The service lateral shall be thoroughly cleaned at
the manhole wall for a distance of 12 inches up the line. A watertight concrete
plug shall then be poured in the service line for a distance of 6 inches, as shown
on the detail.
P
L
I
I
1
449-3
' SWIM 461
BaddilWp
TECHNICAL SPECIFICATIONS
' PLACING PIPE PROTECTION COVER
AND COMPACTED BACKFILL
A. GENERAL
The work to be included under this section of the Specifications shall consist of providing
' all materials, labor, equipment, tools, supplies and incidentals necessary for backfilling
areas excavated during the construction of manholes, sewer lines, fittings, and other
appurtenances. The work shall include every item of construction necessary for a
tcomplete and acceptable installation as shown on the Plans and hereinafter specified.
B. MATERIALS
' Crushed Stone Backfill. Crushed stone backfill (where shown on the Plans, specified or
directed by the Engineer) shall be aggregate base course, Class 6, as defined In Section
303 of the 1991 Edition of the Arkansas State Highway Department Specifications. The
Contractor shall submit suppliers' certificates stating that the material provided is in
accordance with these Specifications.
' C. CONSTRUCTION
' Areas excavated for the construction of manholes, sewer lines, fittings, and other
appurtenances shall have pipe protection cover placed, and shall be backfilled In
accordance with these Specifications.
' 1. Pipe Protection Cover. Pipe protection cover to a depth of 12 Inches above the
top of the pipe shall consist of select material free from rocks larger than 2 inches,
and may require hand placement. However, should the material excavated from
the trench be completely free of rock larger than 2 inches, the trench may be
machine backfilled. Should the excavated material not be suitable for machine
backfill or hand placement, the Contractor may, at his option and his expense, use
crushed limestone (aggregate base course, Class 6) to a depth of 6 Inches above
the top of the pipe. The trench may then be backfilled as outlined below.
' Where sewer line construction is within the limits of a driving surface or sidewalk,
the pipe protection cover shall consist of crushed stone backfill as defined above.
2. Balling and Compaction. After the pipe protection cover has been placed, the
trench excavated in easements shall be backfilled with excavated material free
' from rock larger than 12 inches and in accordance with the following
Specifications, depending upon the type of area in which excavation occurs.
Where sewer line construction is within the limits of a driving surface or a
sidewalk, the trench shall be backfilled with crushed stone as defined above.
I
I
461-1
Section 461
Extra care shall be exercised around manholes to assure that the backfill material
Is placed evenly around the perimeter of the manhole.
a. Compaction in Easements. All pipeline trench backfill shall be placed in
layers of appropriate thickness and compacted using a mechanical,
hydraulically -powered vibratory trench compactor or other equivalent
equipment. All trench backfill (except under paved areas) shall be
compacted to 90 percent (minimum) of that of the adjacent undisturbed soil.
The density of backfill material, including crushed stone trench backfill, shall
be determined at locations selected by the Engineer at no less than
500 foot intervals. Two additional tests will be made for each test failure '
at approximately 100 feet either side of failing test. The test shall be
conducted at a depth of 12 to 18 inches below the finished grade prior to
the placement of the topsoil. All surfaces to be paved will be tested at
various depths below grade. Unpaved roadway surfaces shall be tested at
12 inches below finished grade.
The cost for performing all density tests shall be borne by the Contractor. I
The test shall be performed by a qualified soils laboratory technician
approved by the Engineer. The equipment procedures shall also be '
approved by the Engineer.
b. Compaction
in
Streets.
Crushed stone trench backfill shall be compacted
as specified
in
Section
491 of these Specifications.
c. Lawns. Gardens and Other Well -Kept Areas. After the pipe protection
cover has been placed, the trench shall then be backfilled and compacted
with excavated material as specified in paragraph a above. Topsoil stored
along the trench line shall then be replaced to a minimum depth of 6 inches
over the trench and 3 inches over all damaged surfaces. In the event there
is insufficient topsoil stored along the ditch line to accomplish the topsoiling
requirement, then the Contractor shall haul in additional topsoil to meet this
requirement and shall do so without additional cost to the Owner. The
topsoil over the trench shall be left slightly rounded in order to allow for
some settlement. It is the intent of these Specifications to ensure that no
settlement of the trench occurs after seeding and mulching the areas. In
the event such does occur, it will be the responsibility of the Contractor to
repair the settled areas. ,
d. Mowed or Cultivated Areas (Excluding Gardens). The requirements for
backfifling in these areas is identical to that specified in paragraph c above,
exce that it is the intent of the Specifications to replace the top 6 inches
of the soil using the excavated topsoil, regardless of the quality of that
material. Only when the Contractor allows the material excavated from the
top of the trench to become mixed with the remaining excavation will he be
required to haul in additional material to replace the top 6 inches. It the
Contractor is required to haul in additional material, he shall haul in good
461-2 1
Section 461
Baddg
grade topsoil (free of roots, weeds, day and rocks, and from a source
approved by the Engineer) and shall do so without additional cost to the
Owner.
e. Steep. Wooded or Rocky Areas. After the pipe protection cover has been
placed, the trench shall be backfilled with excavated material. The trench
shall be compacted to ensure that the backfill has been thoroughly
consolidated. The trench backfill material shall be left slightly rounded to
allow for additional settling.
3. Clete. Cleanup shall be as specified elsewhere In these Specifications.
1
1
1
1
461-3
I
Li
C'
11
F
II
I
I
I
I
I
I
I
TECHNICAL SPECIFICATIONS
CAST -IN -PLACE MANHOLES
A. GENERAL
The work to be included under this section of the Specifications shall consist of providing
all materials, labor, equipment, tools, supplies, and Incidentals necessary for the
construction of standard and drop cast -in -place manholes. The work shall Include every
Item of construction necessary for a complete and acceptable Installation of 4 foot
diameter manholes as shown on the Plans and hereinafter specified. Precast, brick,
masonry, or vitrified day radial block manholes will not be accepted for use on this
project.
B. MATERIALS
2. Mortar and Grout. Mortar or grout used in the construction of manholes shall be
mixed In the proportion of one part of Portland cement and two parts mortar sand
as defined In Section 448 of these Specifications. The mixture shall be dry -mixed
until It has a uniform color, after which water shall be added and the mixing
continued until the mortar has a consistency such that it can be easily handled
and spread with a trowel. Mortar or grout that has not been used within 30
minutes after water has been added shall not be used.
3. Manhole Frames and Lids. All castings for manhole frames, covers and other
purposes must be of Class 30 cast Iron, conforming to ASTM A48, free from
cracks, holes, swells and cold shuts, shall be of workmanlike finish, and shall
conform to the Plans. All mating surfaces shall be machined fit. The quality shall
be such that a blow from a hammer will produce an indentation on a rectangular
edge of the casting without flaking the metal. Before leaving the foundry, all
castings shall be thoroughly cleaned and subjected to a hammer inspection.
Manhole
lids
shall
be of solid construction without any openings of any type.
'
Manhole
lids
shall
have non -penetrating
type pick slot.
I
All manhole frames and lids shall be part number V-1348 as manufactured by
Vulcan Foundry, Inc., or equal.
4. Waterstop
Gasket.
Waterstop gasket
shall be as
specified in the Pipe Section of
I these
Specifications,
depending
upon
the type of
pipe used.
I
I
C. EXECUTION
1. Excavation for
Manholes.
Excavation for manholes will be
made of such
dimension and
depth as
to allow the construction of the manhole
as shown on the
482-1
Plans. No extra payment shall be made for manhole excavation, and all surface
removal shall be as specified elsewhere in these Specifications.
Base. The concrete base shall have a minimum thickness of 12 inches and shall
be poured on undisturbed earth. The base shall be poured so that the top of the
base outside the barrel is a minimum of one -hall of the inside diameter above the
invert of all pipes entering the manhole. The base shall have a minimum diameter
of 2 feet 0 inches greater than the outside diameter of the finished manhole barrel.
Prior to pouring the base, any water in the excavation shall be removed, and the
base poured in the dry.
Connections to Manholes. Pipe connections to manholes are a constant source
of potential trouble. In order to ensure that pipe will not break immediately
adjacent to the manhole, care shall be taken that excavation for the manhole
bottom is limited to the area to be filled with concrete. The Contractor shall
support pipe entering the manhole ALL OF THE WAY to solid bedding by
backfilling under the pipe and up to mid-springline with concrete.
A waterstop gasket shall be installed around the pipe and cast in the concrete wall
as shown on the Plans and as specified in the Pipe Section of these
Specifications, depending upon the type of pipe used.
Invert. The invert of the manhole shall be hand -placed and shaped using
concrete as specified. The base and barrel of the manhole shall be cleaned
thoroughly prior to placement of the invert. The invert shall be shaped and
smoothed so that the manhole will be self-cleaning and free of areas where solids
may be deposited as sewage flows through the manhole. The entire diameter of
each pipe entering the manhole barrel shall be cut smooth with the inside edge
of the manhole barrel and the invert shaped throughout from all inlet pipes to the
outlet pipe.
Manhole Barrels. The minimum thickness of manhole barrels shall be 8 inches.
The barrel may be poured monolithically with the base, or the barrel forms may
be set as soon as the concrete base has cured enough to support the forms.
Prior to setting the forms in place, any water that may have accumulated in the
excavated area shall be pumped out and the concrete base thoroughly cleaned,
if required, of dirt and debris. All concrete shall be poured in the dry.
Construction joints shall be provided with keyway as shown on the detail sheet of
the Plans and shall have a 2 inch layer of grout applied to the previous pour
immediately before the next wall lift is poured.
The forms shall be removed after the initial set of the concrete so that holes
be cut in the manhole barrel for the installation of pipes which are to ente
manhole at points other than adjacent to the manhole base. After these 1
' section 482
CIP Manholes
have been put in place, the barrel shall be :repaired using a grout mixture. If
' honeycombing of the barrel is found to be present after removal of the forms, they
shall be repaired as directed by the Engineer.
' 6. Manhole Steps. Manhole steps shall be 10 inches wide and shall be constructed
of steel reinforced fiberglass. Manhole steps shall be Perma-Step Model 100-2
as manufactured by Utility Products, Inc., or equal.
' 7. Manhole Heights. Manholes are to be built to the existing ground surface unless
otherwise noted on the Plans or directed by the Engineer. The precast manhole
' frames and covers shall be attached by being cast into the top of the manhole or
by being grouted to completed manhole as directed by the Engineer. Details for
the construction of manholes are shown on the standard detail sheet of the Plans.
8. Drop Manholes. Drop manholes, unless otherwise shown on the Plans, shall be
constructed at all manholes where the difference in invert elevation between
Incoming and outgoing sewer Is 2.5 feet or more. Drop manholes shall be
'
constructed of the same material and dimensions as are standard manholes,
the only difference being In the inlet arrangements as shown on the standard
' detail sheet.
9. Qjjrkg. Curing compounds or covers may be used at the option of the Contractor.
However, it will be the responsibility of the Contractor to protect the concrete to
' prevent cracking during the curing process and to protect the manhole during
freezing temperatures. The Engineer shall, at his discretion, prohibit pouring
concrete during periods of extreme cold or inclement weather.
' 10. Backfillina. The manhole shall be backfilled evenly around its perimeter no less
than 12 hours after the forms have been removed. Extra care shall be taken to
compact all backfill to the top of the highest pipe entering the manhole. All
backfilling shall be as specified elsewhere In these Specifications.
I.
_ . I - . J .. a 1(-.r1 be . .
�:$r:I:'•c ♦. . O• . I . I . ... . . I . 1
• 1 • • • • -testing . _ •h•
H
rl
All incoming and outgoing sewer lines shall be plugged and the
manhole shall be filled with water to the bottom of the cover. If the
water loss exceeds the maximum allowable as shown below, the
manhole shall have failed the test.
Depth of Manhole Maximum Allowable Water Los
0-8 feet 1 inch over 5 minutes
Over 8 feet 1 inch plus 1/8 inch per foot of
depth exceeding 8 feet over 5 minutes
I
. rC.;Ykci
i
CIP Manholes
All manholes which fail the test shall be repaired or a new manhole constructed
at the expense of the Contractor. Manholes which fail the test shall be retested '
after remedial measures are completed.
I
I
I
H
I
n
I
I
I
I
I
I
I
I
482-4 1
r:
I
Li
Li
Li
H
C
I
I
TECHNICAL SPECIFICATIONS
CLEANUP AND SEEDING
A. GENERAL
The work to be included under this section of the Specifications shall consist of providing
all labor, equipment, tools, materials, supplies and incidentals necessary for completing
cleanup of the entire work area utilized for the construction of pipeline work and for
completing seeding, fertilizing and mulch of work areas except those areas shown on the
Plans r� to be seeded. There is no separate pay item for cleanup and/or seeding, and
this work shall be considered subsidiary to the unit price bid for the rehabilitation method
employed.
Seeding, fertilizing and mulching shall only be done between the months of March
through October. When seeding, fertilizing and mulching cannot be completed (during
the months of November through February), an additional 10 percent retainage on work
under these bid items shall be withheld until completion.
There are generally four classifications of cleanup to be used on this project, as set out
below:
Class I Cleanup. Areas of construction within lawns, gardens, or other
well -kept areas, including street rights of way that are kept as lawns by
adjacent landowners.
Class II Cleanup. Areas of construction within fields, meadows and street
rights of way which are mowed or cultivated (gardens excepted).
Class III Cleanuq. Areas of construction that are heavily brushed or
wooded, steep rocky slopes, or other areas where it Is not practical for the
' area to be cultivated.
B. METHOD OF CLEANUP
' The method of cleanup for each of the classes defined in paragraph A above shall be
as set out below.
I1. Class I Cleanup - Lawns Gardens. Etc. The trench shall be backfilied in
accordance with the Pipe Specifications. After the topsoil has been spread over
the damaged areas, the Contractor shall proceed immediately to hand rake the
' entire construction area to remove all rock 1 inch or larger in diameter. Debris of
every type shall be removed and all damaged tree limbs shall be pruned. After
the area has been raked and accepted by the Engineer, the area shall be seeded
' at the rate of 0.15 pounds per 100 square feet, using the following seed mixture
(percent expressed in terms of weight).
I
1 489-1
Section ass
Lawn Fescue 30%
Blue Grass 30%
Rye Grass (Annual) 30%
White Clover (Common) 10%
During or after seeding is complete, all areas shall be covered with 10-20-10 '
fertilizer at the rate of 250 pounds per acre, or approximately one-half pound per
100 square feet. No watering will be required.
Straw mulch consisting of good grade clean straw, free of weeds or seed and of
a quality approved by the Engineer prior to use, shall be placed over seeded '
areas and shall be uniformly spread so as to provide a thickness of approximately
2 inches when first spread.
Where the existing ground cover does not contain any of the grasses as set out '
in the seed mixture above (Bermuda grass, Zoysia, etc.), the Contractor shall be
responsible for cutting, removing and stockpiling the existing sod on the job site.
After constructing the sewer line and backfilling the trench, the sod shall be
replaced to a condition equal to or better than that prior to construction. In the
event that insufficient sod has been stored, or sod has been lost or destroyed, the
Contractor shall be responsible for providing and installing new ground cover of
the existing type to complete the cleanup.
2. Class II Cleanup - Fields. Meadows. Etc. The trench shall be backfilled in
accordance with the Pipe Specifications. After the backfill is completed and the
surface over the trench left slightly rounded, the area shall be machine raked to
remove all rock to a condition equal to the existing surface on the better side of
the adjacent existing right of way. All excess excavated material shall be removed
from the site, including excess material which has accumulated around fence
posts, trees, mailboxes, etc. All areas which have been disturbed, such as that
caused by equipment tracks, shall be carefully backfilled and repaired as though
it were a part of the actual trench excavation. Seeding and fertilizing of these
areas is required using the seed mixture and application rates set out below
(percent expressed in terms of weight).
Field Fescue 40%
Rye Grass (Annual) 40%
White Clover (Common) 20%
After the area has been accepted by the Engineer, the area shall be seeded at 1
the rate of 0.15 pounds per 100 square feet. During or after seeding is complete,
all areas shall be covered with 10-20-10 fertilizer at the rate of 250 pounds per
acre, or approximately one-half pound per 100 square feet. No watering will be
required.
I
I
489-2 '
I
t«: .I .
I
I
C
I
H
L
I
L
I
L
I
I
I
I
II
I
Where the existing field grass is Bermuda, or. other type not specified above, the
Contractor shall place such topsoil as required, and shall seed with the existing
type grass so that an equivalent ground cover will be provided.
Straw mulch consisting of good grade clean straw, free of weeds or seed and of
a quality approved by the Engineer prior to use, shall be placed over seeded
areas and shall be uniformly spread so as to provide a thickness of approximately
2 inches when first spread.
ig:U •;;P .. ii 4
• ;1 ;t.. I I U •
• : 43 ' .j•Lf . t .ilb.i. •
'Pi ' :JiJ:R] ¶c I '?-
. • i': :j,,ii : :lj:spj ' 'I*.l' itt tujI,A.tu :
••• • • A' • • i1q g. Vi. :1k!. lit:
• : • •T:Jit. T:
1 : : _ • I : I _ : • - _ _ • _
1 - • _ • • : 1 • - - • • :vi j! • - •: •
1 •fiiA_ I h • : : • • Y: • : •
4. All Areas. All work within the construction area shall be cleaned up to the
satisfaction of the Owner and the Engineer. In general, all rocks, trash or rubbish
of any nature shall be removed from the site of the work.
During construction, the Contractor shall at all times keep work areas in a dean,
neat and workmanlike condition. Excess pipe, excavation, brush and materials of
construction shall be removed and disposed of as the work progresses. In built-up
areas, Including lawns, the job site shall be cleaned up immediately behind
construction. Streets and driveways blocked by excess materials after basic
construction is completed will not be tolerated.
If the trench should settle while the Contractor is still on the job or within one year
of the project completion date, the Contractor shall make the required repairs at
no additional cost to the Owner in accordance with the continuing responsibility
provisions of these Specifications.
5. Restoration of Damaged Surfaces and Property. Where any pavement, trees,
shrubbery, fences, poles or other property and surface structures have been
damaged, removed or disturbed by the Contractor, whether deliberately or through
failure to carry out the requirements of the contract documents, state laws,
municipal ordinances or the specific direction of the Engineer, or through failure
to employ usual and reasonable safeguards, such property and surface structures
shall be replaced or repaired at the expense of the Contractor.
I
I
I
I
I
I
I
I
I
I
11
I
TECHNICAL SPECIFICATIONS
CITY STREET REPAIR
A. GENERAL
labor,:. . .. - - .. . .: _ . _ . I . _ .
YC • complete• : YY: • • J •shown• I ii:_•
The Contractor shall notify the City of Fayetteville a minimum of three days prior to any
sitting of any city streets.
B. MATERIALS
C. EXECUTION
Areas excavated for replacement of sewer lines and other appurtenances within city
street rights -of -way shall have pipe bedding material placed to the top of the pipe barrel,
and shall be backfilled in accordance with these Specifications.
1 2.
I
I
I
I
IL t'iiil•
• • - -tiit.J • - ,
• ' • •
- • :
• •
• •
1 -
• 0
3. Barricades. Guards and Safety Provisions. To protect persons from injury and to
avoid property damage, adequate barricades, construction signs, torches, red
lanterns, guards and flaggers as required shall be placed and maintained during
the progress of the construction work and until it is safe for traffic to use the road.
All material piles, equipment and pipe which may serve as obstructions to traffic
shall be enclosed by fences or barricades and shall be protected by proper lights
when the visibility is poor. Execution of all safety precautions set forth in the
General Conditions is the sole responsibility of the Contractor.
4. Maintenance of Traffic. The Contractor shall carry on the work in a manner which
will cause the least interruption to traffic, and may dose to through travel not more
than two consecutive block including the cross street intersected. Where traffic
1 491-1
Section 491 ■
City Street Repair
must cross open trenches, the Contractor shall provide suitable bridges at road
intersections and driveways.
The Contractor shall post suitable warning signs and necessary detour signs for
a proper maintenance of traffic.
5. Piling Excavated Material for Reuse. All excavated material which is to be reused
shall be piled in a manner that will not endanger the work and that will avoid '
obstructing sidewalks and driveways. Hydrants under pressure, valve pit covers,
valve boxes, curb stop boxes, or other utility controls shall be left unobstructed
and accessible until the work is completed. Gutters shall be kept clear or other
satisfactory provisions made for street drainage, and natural watercourses shall
not be obstructed.
6. Removal of Excess Material. All excess excavated material shall be loaded in 1
trucks during the excavating operation, hauled from the job site and disposed of
at the option of the Contractor.
7. QiQamJg. Cleanup of city street rights -of -way shall be as specified elsewhere In
these Specifications.
D. TESTING
The cost of all testing shall be borne by the Contractor. The Contractor shall provide
Proctor densities and in -place densities as follows for each driving surface repair:
Granular Base. Proctor Densities .......... As required.
In -Place Densities ......... 2 each per line segment.
Should
any
test fail, the Contractor shall recompact
the base, and additional density
test(s)
shall
be performed until the base reaches the
specified density.
I
1
I
I
I
491-2 1
I
I
11
I A. GENERAL
TECHNICAL SPECIFICATIONS
DRIVING SURFACE, SIDEWALK AND
CURB AND GUTTER REPAIR
,.
[StCthi!1Ai:j
The work to be Included under this section of the Specifications shall consist of providing
all labor, equipment, tools, supplies, and incidentals necessary for the repair of driving
surfaces, curb and gutter,and sidewalks. This Specification Is Intended for any driving
surface, paved or unpaved, including but not limited to streets, roads, driveways, and
parking lots. All pavement repair shall be done by a professional paving contractor.
' This Specification does not apgly to state or interstate highways. or driving surfaces
within railroad rights -of -way unless otherwise directed by the Engineer.
B. MATERIALS
I
I
C
Li
U
I
FTT
I
I
I
1. Prime Coat.
Prime coat material shall be Grade
MC -30 as set
forth In Section
403.03 on
page 125 of the 1988 Edition of
the Arkansas
State Highway
Department
Standard Specifications.
2. Tack Coat.
Tack Coat material shall be Grade
SS -1, as set
forth In Section
403.03 on
page 125 of the 1988 Edition of
the Arkansas
State Highway
Department
Standard Specifications.
3. Hot -Mixed. Hot -Laid Asphaltic Concrete. The hot -mix asphalt surface course shall
conform in composition to the weights and gradation of Type 2 asphalt as set forth
under Section 406, page 135 of the 1988 Edition of the Arkansas State Highway
Department Standard Specifications, using asphalt cement viscosity grade AC -30.
7. Curb and Gutter Joint Sealer. Curb and gutter joint sealer shall be either Type 1,
Type 2, or Type 3 in accordance with Section 501 of the 1988 Edition of the
Arkansas State Highway Department Standard Specifications.
495-1
Section 495 ,
Driving Surface,
Curb & Gutter Repair
C. MATERIALS AND CONSTRUCTION
The following specifications are hereby referenced and made a part of these
Specifications. These specifications are contained in the •Standard Specifications for
Highway Construction, • Edition of 1988, published by the Arkansas State Highway and
Transportation Commission. The page numbers given below refer to pages in these
'Standard Specifications for Highway Construction.'
These Specifications are available for inspection In the Engineer's office, or may be
obtained from the Arkansas State Highway Department, Little Rock, Arkansas, and are '
set out below.
Bituminous Pavement, Part 400 Pages ,
Prime and Tack Coats and Emulsified Asphalt
in Base Course, Section 401 . . . . . . . . . . . . . . . . . . . . . . . . . 117-120
Materials and Equipment for Prime Tack and
Asphalt surface Treatments, Section 403 ................ 124-127
Asphaltic Concrete Hot -Mix Surface Course,
Section 406 ...................................I 133-135
Materials and Equipment for Asphalt Concrete
Hot -Mix Binder and Surface Courses, Section 409 .. . . . . . . . . 140-151
Construction Requirements for Asphalt Concrete
Hot -Mix Binder and Surface Courses, Section 410 . . . . . . . . . . 151-158
D. CONSTRUCTION I
1. Pavement Removal. PiDe Protection Cover and Backfill. The pavement shall be
removed, pipe protection cover placed, and trench backfilled in accordance with
the pipe Specifications according to the type of pipe being installed.
All pavements which have been removed or damaged shall be repaired in
accordance with these Specifications and as shown on the Plans. No payment
for repair will be made for pavements damaged outside the width of payment
shown on the Plans. Any damage outside these pay limits shall be repaired in like
manner at the Contractor's expense.
2. Pavement Repair. All pavements shall be repaired with 2 inches of asphalt 1
concrete hot -mix placed on the top of a 6 inch concrete slab (4 inch concrete slab
for walkways) as shown on the detail and specified below. I
The trench shall be backfilled as specified in Section 491 of these Specifications
and brought to a grade 8 inches (6 inches for walkways) below the top of the
495-2 1
I
I
LI
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 495
Drivlq surface,
Curb & Gutter Repair
existing pavement. The backfill material shall be placed in 12 inch lifts and
compacted by the use of mechanical tamper. Prior to placing concrete, the top
6 inches of backfill material shall be recompacted to 95 percent modified Proctor
density (ASTM D1557-78). Concrete shall then be poured Into the excavated area
followed by 2 inches of asphalt to match the top of existing pavement. Tack coat
shall be applied to concrete surface prior to placing asphalt at a rate of 0.10 gallon
per square yard.
!t
RI
• • • • - 1 • • • C • • • : • • •:':i
I;'' I
° - t;i!I;'w
._ • _ - - •
r. • - • 1:1:1j11 • - • - - - • _
119
• : : • • • • - - - 1 the I • • • - -
a j ftj:< . ' j:trt
• .jJ: :I . {f�g; :d:; n
4P : I :IsIs t ____
All areas within the limits of the street overlay which show evidence of
chuck holes, cracks, etc. shall be repaired and patched with an asphalt
mixture. After the Contractor has completed all patching required, the
surface shall be thoroughly cleaned and swept with power brooms.
When the surface is distorted, construction of leveling courses or leveling
wedges shall be required to restore proper line and cross section. Leveling
wedges are patches of asphalt hot -mix used to level sags and depressions
in existing old pavement prior to the overlay operation.
b. Tack Coat. Prior to the placement of the asphaltic overlay a tack coat shall
be applied to the existing pavement at the rate of 0.10 gallons per square
yard. This Item shall be considered subsidiary to asphaltic concrete hot -
mix surface course.
c. Asphaltic Concrete Hot -Mix Surface Course. A layer of hot -mixed, hot -laid
asphaltic concrete of the thickness as shown on the Plans or directed by
the Engineer, shall be placed on the entire width of all street areas to be
overlaid, as shown on the Plans. The asphalt shall be placed by a self-
propelled asphalt laying machine equipped with an adjustable vibrating
screed, and of such size as will permit the laying of one-half street width
during each pass of the machine. Asphalt placement shall be in
accordance with Section 495.C of these Specifications. Where possible the
I
495-3
Section 495 1
Driving Surface,
Curb & Gutter Repair
entire width shall be overlaid with one pass, thereby eliminating the '
longitudinal joint.
The finished bituminous course shall be compacted to not less than
92 percent of theoretical density. A mix design shall be submitted to the
Engineer for approval prior to use of any materials.
Approximately one nuclear densometer test per 300 linear feet of asphaltic 1
overlay shall be performed, but in no case shall less than two tests be
conducted per overlay.
The asphaltic pavement repair shall be deemed acceptable by the Engineer
upon passing nuclear densometer tests at locations directed by the
Engineer. The cost of determining the compacted density shall be at the
expense of the Contractor.
Any unacceptable overlaid area shall be recompacted and retested at the ,
Contractor's expense.
5. Curb and Gutter Repair. Where replacement of curb and gutter is required, the
curb and gutter shall be constructed on previously placed trench backfill material.
Expansion joints shall be made at drop inlets (H required), radius points and at '
intervals not greater than 50 feet along the curb line. The joint shall not be less
than 1/2 inch thick and shall be filled with pint filler neatly trimmed to match the
cross section of the curb and gutter. Contraction joints shall be either formed or
sawed at a spacing of not mare than 10 feet to a depth of 1-1/2 inches. Al joints
shall be tilled with an approved joint filler and sealed.
The concrete shall be placed on subgrade that has been watered down, and shall
be vibrated and spaded until the mortar is evenly spread. The surface shall be
finished smooth with rounded comers. The curing of the concrete shall be
controlled and the concrete protected in accordance with the prevailing weather
conditions at the time of the pour. Concrete will not be poured when the outside
temperature is below 40° F within four hours after the last batch is poured.
When the curb and gutter have cured, the Contractor will shape the area behind
the curb to the existing finished grade. Extreme care shall be exercised to avoid
damage to the curb and gutter during the backfill operation. Any such damage
will be replaced at the Contractor's expense.
6. Sidewalk Repair. Where repair of a sidewalk is required, the sidewalk shall be
placed on trench backfill material as previously specified.
The concrete shall be placed on subgrade that has been watered down, and shall
be vibrated and spaded until the mortar is evenly spread. The surface shall be
finished smooth with rounded corners. The curing of the concrete shall be '
495-4 1
' Sectim 495
Driving Surface,
Curb & Gutter Repair
' controlled and the concrete protected in accordance with the prevailing weather
conditions at the time of the pour. Concrete will not be poured when the outside
temperature Is below 40° F within four hours after the last batch Is poured.
I
L
I
I
I
11
I
I
I
I
I
I
Nonreinforced Portland cement concrete sidewalks shall be constructed at the
locations shown on the Plans. The sidewalks shall be constructed to the width as
required to match the existing sidewalk. The thickness shall be a minimum of
4 Inches, and contraction joints shall be either formed or sawed at a spacing of
not more than 5 feet 0 Inches.
The finish shall be a light broom finish.
7. Barricades. Guards and Safety Provisions. To protect persons from Injury and to
avoid property damage, adequate barricades, construction signs, torches, red
lanterns and guards as required shall be placed and maintained during the
progress of the construction work and until It Is safe for traffic to use the roadway.
All material piles, equipment and pipe which may serve as obstructions to traffic
shall be enclosed by fences or barricades and shall be protected by proper lights
when the visibility is poor. Execution of all safety precautions previously set forth
In these Specifications Is the sole responsibility of the Contractor.
8. Maintenance of Traffic and Closing of Streets. The Contractor shall carry on the
work in a manner which will cause the least interruption to traffic, and may close
to through travel not more than two consecutive blocks, including the cross street
intersected. Where traffic must cross open trenches, the Contractor shall provide
suitable bridges at street intersections and driveways.
The Contractor shall post suitable signs Indicating that a street is closed and
necessary detour signs for a proper maintenance of traffic.
The Contractor shall obtain permission from the governing agency and notify the
fire department, ambulance service, etc. prior to closing of any street.
9. Piling Excavated Material for Reuse. All excavated material which Is to be reused
shall be piled in a manner thatwill not endanger the work and that will avoid
obstructing sidewalks and driveways. Hydrants under pressure, valve pit covers,
valve boxes, curb stop boxes, fire and police call boxes, or other utility controls
shall be left unobstructed and accessible until the work is completed. Gutters
shall be kept clear or other satisfactory provisions made for street drainage, and
natural water courses shall not be obstructed.
I
495-5
Section 495 `
DrMng Surface,
Curb & Gutter Repair
10. Removal of Excess Material. All excess excavated material shall be loaded in I
trucks during the excavating operation, hauled from the job site and disposed of
at the option of the Contractor.
11. Qjjjjg. Cleanup of areas behind the curb and gutter and around sidewalks shall I
be as specified elsewhere in these Specifications.
I
11
I
I
1
I
I
I
I
I
I
I
U
495-6 1
I
I
I
I
I
I
I
Concrete will be supplied by a ready -mix concrete company approved by the Engineer.
Mix designs must be submitted to the Engineer for approval for Class A and Class B
concrete. Concrete must be placed within 1-1/2 hours of the time it is batched. Batch
tickets must have the batch time written on them. Concrete shall be poured during
' suitable weather conditions and be protected from freezing and other inclement
conditions until initial set is obtained. Concrete tests may be made at the direction of the
Engineer.
If the concrete meets the above requirements, the cost of the tests will be borne by the
Owner. If the concrete does not meet the above requirements, the cost of the tests will
be borne by the Contractor. Concrete shall not be poured with a slump of over 5 Inches.
Concrete shall not be used after it has taken its Initial set.
TECHNICAL SPECIFICATIONS
CONCRETE
A. GENERAL
All concrete shall be ready -mix concrete. Class A concrete is defined as concrete with
six bags of cement per cubic yard of concrete and with a minimum 28 day compressive
strength of 3,000 psi. Class A concrete shall be used for pouring manholes and other
structures, concrete driveway repair, sidewalk, and curb and gutter repair. Class B
concrete is defined as concrete with five bags of cement per cubic yard of concrete and
with a minimum 28 day compressive strength of 2,000 psi. Class B concrete will be used
for reaction backing, pipe encasement, and where otherwise directed by the Engineer.
All concrete shall have air entrainment (3 percent to 6 percent) added at the ready -mix
plant by the concrete supplier.
Where shown on the Plans, bar reinforcement for concrete shall be of the deformed type
and shall conform to either of the standards below:
I1. ASTM A 615-82, "Standard Specification for Deformed and Plain Billet -Steel Bars
for Concrete Reinforcement.'
I 2. ASTM A 617-82a, "Standard Specification for Axle -Steel Deformed and Plain Bars
for Concrete Reinforcement.'
I
I
I
I
All reinforcing bars shall be Grade 60 as defined in the above referenced standards,
unless otherwise shown on the Plans.
503-1
I
YI. I•
I .. ) .
I
I
I
I
I
I
I
I
I
I
I
I
I
TECHNICAL SPECIFICATIONS
METHODS OF MEASUREMENT AND PAYMENT
A. GENERAL
I ••- • fff
• I: •:
• I tLr:1• h• • I
• I: • ♦• 1 • j• :• • I: •:• •
I _ • I M: • I • • I • : _ 1
1 h• I • ] • : 1 • • • h:{ I • • J I
• 11 •T_jJipiit
r • • • :
• : • : • • 1• : • I I
Payment for sewer pipe shall be made at the unit price bid per linear foot for the
various sizes of sewer pipe bid, complete in place, for sewer line segments
scheduled to be replaced entirely or partially (over 25 linear feet). The unit price
bid shall be full compensation for clearing, timber and brush disposal, stripping
and stockpiling topsoil where required, excavation, bypass pumping, as required,
trenching, shoring, dewatering, removal of all existing sewer lines in place, pipe
bedding material, polyethylene encasement (for ductile iron pipe only), furnishing
and laying pipe, connections to existing pipe or manholes, testing, backfill,
protective cover as required, cleanup and seeding, and fertilizing and mulching in
locations shown on the Plans, and every item of construction not specifically set
out to be paid for under other items set out below.
a. Payment for service line reconnections shall be made under Bid Item 8.
b. Payment for crushed stone backfill used as trench backfill under driveways
and pavements shall be made under Bid Item 18.
c. Payment for concrete used for driving surface, sidewalk and curb and
gutter repair shall be made under Bid Rem 19.
d. Payment for asphalt concrete for pavement repair shall be made under Bid
Item 20.
Should any defective pipe be uncovered during the performance of rehabilitation
under Rehabilitation Codes 3 and 4 (Bid Items 7 and 10), outside the limits of
repair, payment for replacement of this defective pipe will be made under this item
at the direction of the Engineer.
I
1200-1
Section 1200 1
Methods of Payment
Note: The Engineer may withhold payment for work not completed. The amounts
which may be withhold shall be the estimated cost to complete the work, i.e.,
cleanup, seeding, fertilizing and mulching.
Bid Items 5 and 6 - Extra Deoth Trench
Payment for extra depth trench shall be made according to the unit price bid. The
linear feet to be paid for under each item shall be determined by plotting the
original earth's surface and the invert elevation of the sewer line as constructed.
By using these plotting procedures, the Engineer will determine the final quantity
to be paid for under each item based on the total surveyed length of the line
measured by the Engineer, with no reduction for appurtenances. EXAMPLE: If
the ditch measures 7 feet 6 inches, payment will be made under the 6 to 8 foot
classification. If the ditch measures 8 feet 6 inches, payment will be made under '
the over 8 foot classification, and no payment will be made for the 6 to 8 foot
classifcation. No payment for extra depth trench shall be made in connection with
sewer service line reconnections and/or point repairs.
Bid Item 7 - Point Repairs
Payment for each point repair shall be made according to the unit price bid for ,
each point repair complete in place. The price bid shall be full compensation for
clearing, timber and brush disposal, stripping and stockpiling topsoil where '
required, excavation and extra depth trench, bypass pumping, trenching, shoring,
dewatering, removal of existing sewer pipe up to 25 linear feet, furnishing and
laying new sewer pipe up to 25 linear feet, connections to existing pipe or
manholes, pipe bedding material, furnishing and installing all required sleeves, I
couplings and fittings, backfill, cleanup, seeding, fertilizing and mulching in
locations shown on the Plans, and every item of construction not specifically set
out to be paid for under other items set out below. '
a. Payment for service line reconnections shall be made under Bid Item 8.
b. Payment for crushed stone backfill used as trench backfitl under driveways ,
and pavements shall be made under Bid Item 18.
c. Payment for concrete used for driving surface and sidewalk repair shall be '
made under Bid Item 19.
d. Payment for asphalt concrete for pavement repair shall be made under Bid
Item 20.
e. Should any defective pipe be uncovered outside the limits of the proposed I
repair, additional payment for replacement of this pipe will be made under
Bid Items 1 through 4. 1
I
1200-2 1
' section 1200
Methods of Payment
' Bid Item 8 - Sewer Service Une Reconnections
`Payment for sewer service line reconnections shall be made at the unit price bid
per reconnection. The unit price shall include any necessary clearing, tree or
' brush disposal, stripping and stockpiling of topsoil, surface removal, trenching and
extra depth trench, disconnecting and temporary plugging of existing service line
connections, furnishing, installing and bedding the sewer service line, protective
cover as required, providing and installing any straight or transition couplings, and
every item of work required to reconnect the existing service line to sewer service
wye. Additional compensation will be made only for those items of work
specifically set out in the Bid.
Bid Item 9 - Plug Service Lateral
Payment for the plugging service lateral shall be made at the unit price bid for
each service lateral plugged. The price bid shall be full compensation for cleaning
the service line, furnishing and placing concrete, all excavation, backfill and
cleanup as required for a complete, acceptable job.
Bid Item 10 - Municipal Main Une Tap Repair
Payment for the municipal main line tap repair shall be made at the unit price bid
for each tap repair complete in place. The price bid shall be full compensation for
clearing, timber and brush disposal, excavation and extra depth trench, bypass
pumping, disconnecting and temporary plugging of existing service line
connections, furnishing and installing all necessary pipe, fittings and couplings,
Including bedding material, backfill, cleanup, seeding, fertilizing and mulching in
locations shown on the Plans, and every item of construction not specifically set
' out to be paid for under other items set out below.
Repair of main line tap at Station 0+48 between Manholes 2/18 and 2/17 also
requires replacement of the service line to the limits shown on the Plans. The
price bid for Item 10 shall include full compensation for excavation, backfill,
furnishing and Installing all necessary pipe, fittings and couplings and every other
item required for a complete Installation of service line and main line tap between
' Manholes 2/18 and 2/17 as shown on the Plans and specified.
a. Payment for concrete used for driving surface and sidewalk repair shall be
made under Bid Item 19.
b. Payment for crushed stone backfill used as trench backfill under driveways
' and pavements shall be made under Bid Item 18.
c. Payment for asphalt concrete for pavement repair shall be made under Bid
1 Item 20.
I
1200-3
Section 1200 1
Methods of Payment
d. Should any defective pipe be uncovered outside the limits of the proposed
repair, additional payment for replacement of this pipe will be made under
Bid Items I through 4.
Bid Item 11 - Repair Manhole/Municipal Service Line Connection
Payment for the manhole/municipal service line connection repair shall be made
at the unit bid price for each municipal service line repair complete In place. The
price bid shall be full compensation for clearing, excavation, backfill, furnishing and
installing all required piping, fittings and couplings, constructing manhole/service
line connections as shown on the details and specified, cleanup, seeding,
fertilizing and mulching in locations shown on the Plans, and every other Item of
construction not specifically set out to be paid for under other items set out below.
a. Payment for concrete used for driving surface and sidewalk repair shall be '
made under Bid Item 19.
b. Payment for crushed stone backfill used as trench backfill under driveways
and pavements shall be made under Bid Item 18.
c. Payment for asphalt concrete for pavement repair shall be made under Bid
Item 20.
Bid Item 12 - Clean. Test and Grout Main Line '
Payment for the cleaning, testing and grouting of main line shall be made at the
unit price bid per linear foot, complete in place. The unit price bid shall be full
compensation for pipe cleaning, televising, grouting, testing, clearing, bypass
pumping, cleanup, and every other item of construction not specifically set out to
be paid for under other items of the Bid. I
Bid Item 13 - De -Root. Clean. Test and Grout Main Line
Payment for de -rooting, cleaning, grouting and testing of main line shall be made I
at the unit price bid per linear foot, complete in place. The unit price bid shall be
full compensation for pipe cleaning, root removal, televising, grouting, testing,
clearing, bypass pumping, cleanup, and every other item of construction not
specifically set out to be paid for under other Items of the Bid.
Bid Item 14 - DELETED ,
This bid Item deleted. I
Bid Item 15 - Raisins Manhole Frame and Lid
Payment for raising manholes will be made at the unit price bid for each manhole
raised at the locations shown on the Plans and set out in the Specifications. The
unit price bid shall be full compensation for all labor, equipment and materials
1200-4 1
Section 1200
Methods of Payment
necessary for excavating, removing existing manhole frame and lid, raising the top
of the manhole to the required elevation with concrete, furnishing and Installing
new manhole frame and lid or resetting existing frame and lid as directed, backfill
and cleanup, and every other item of construction not specifically set out to be
paid for under other items of the Bid.
Bid Item 16 - Cast -in -Place Manholes
Payment for cast -in -place manholes shall be made at the unit price bid for each
manhole complete in place. The price bid shall be full compensation for every
item of work to complete the construction of the manholes over existing sewer
lines as shown on the Plans and as specified, Including excavation, pouring
concrete bottom, forming and pouring concrete barrel, concrete invert, manhole
' frame and lid, backfill, and every other item required for a complete installation as
shown on the Plans and specified.
Surface repair, i.e., crushed stone backfill and concrete, shall be paid for under
other appropriate items of the Bid.
I Bid Item 17 - Manhole Replacement
Payment for manhole replacement shall be made at the unit price bid for each
manhole replaced at the locations shown on the Plans, or as directed by the
Engineer. Theunit price bid shall be full compensation for all labor, equipment
and materials for excavation, bypass pumping, removal and disposal of existing
manhole, construction of new manhole at the same grade and location, furnishing
I. and installation of manhole steps, frame and lid as specified, backfill, cleanup,
testing and every other item required. for a complete manhole replacement as
shown on the Plans and specified.
' Surface repair, i.e., crushed stone backfill and concrete, shall be paid for under
other appropriate items of the Bid.
• Bid Item 18 - Granular Base Trench Backfill (AHTD. Class 6)
Payment for granular base shall be made In accordance with the unit price bid per
ton. The price bid shall be full compensation for furnishing materials, installation,
completion and construction as shown on the Plans and as called for in the
' Specifications, or as directed by the Engineer.
Measurement shall be by delivery tickets furnished by the supplier which clearly
show the net weight of material as determined by a scale approved by the
Engineer. The delivery tickets shall accompany the shipment and be signed by
the Engineer when the material is incorporated into the project.
Crushed stone which is to be paid for under this bid item includes crushed stone
used In the backfilling of trenches excavated in driving surfaces, parking lots,
roadways, sidewalks, etc.
1 1200-5
Section 1200 1
Methods of Payment
Bid Item 19 - Concrete for Driving Surface, Sidewalk. and Curb and Gutter Repair
Payment for concrete surfacing for driving surface and sidewalk repair shall be ,
made in accordance with the unit price bid per square yard. The price bid shall
be full compensation for furnishing the materials, labor, tools and equipment
required for construction of the repair, including preparation of the subgrade,
forming, expansion and contraction joints, reinforcing if required, furnishing and
placement of concrete (thickness as shown on the Plans), finishing, curing,
cleanup, and all other related items of work as required. Measurement for driving
surface restoration shall be determined in accordance with prescribed removal as
shown on the Plans and as specified. Payment (length and width) for surface
repair around newly constructed manhole shall not exceed depth of manhole in
feet.
Bid Item 20 - Hot -Mixed. Hot -Laid Asphalt Concrete for Pavement Repair and Overlay I
Payment for placement and compaction of hot -mixed, hot -laid asphalt concrete
overlay will be made at the unit price bid per ton. The unit price bid shall include
all necessary labor, equipment and materials to furnish and place tack coat, and
placement of a required thickness of asphalt concrete as specified and shown on
the Plans detail. I
Concrete for pavement repair shall be paid for under Bid Item 19.
Bid Item 21 - Clean and Televise Main Line '
Payment for cleaning and televising shall be made at the unit price bid per linear
toot, complete in place. The unit price bid shall be full compensation for pipe
cleaning, root removal, televising, and every other item required for cleaning and
televising not specifically set out to be paid for under other items of the Bid.
Bid Item 22 - Repair Manhole/Municipal Main Line Connection
Payment for manhole/municipal main line connection repair shall be made at the I
unit bid price for each connection repair. The price bid shall be lull compensation
for cleaning, furnishing and placing material as specified, and every other item
required for a complete manhole/main line repair as shown on the Plans and as
specified.
U
U
I
I
1200-6 1
I.
I
I
I
I
I...
.
I
I
I
'''
I
i
II
I
I
I
I
I I
, I
y , ••r f I
i5 't• • � I I an
_ •- $ G
r O Y 3 YCC L. I i n I { •,
• i S
?? _s a ,. 6a
8. }
` I Sox : 9`€
I
ft
a C I ry 1
S L I • C.r� I
• I Ill y
�j S p:
4 tl l y I kY•
•I I y=i
II {
I. did
I I
{ I I s
I I .Y y
{ ii :Y �� i{ yfi .r {
•e II.
{
= 1,.� I I: 1• f
11 III ' {• f :
I it Ii• • : ial
i.. I I•
I I i' • S •
S
—1 •ice f .! i ;i-
i.i.
II I :: I I .: ; :• •
I I I n y - 7 f i•' .. • . i.
S
11I I •`•*�F' I III k °` : _ ` • = 7
I
S
•
I
I.
; 4i
S 1 I V f y L
1 1
inn- I milli
�' - I I _rnbaxS.
1 3 M T t y� y;
3 I IIII
-U. :3
it I I Il-
1 O
yH
Y/.
' O+O
i.Y
-
•4 n
IIII 1-r
1 . •II
II
3 y .i[tFd I I I
• W .ir'a _T _____ n Q
0i-"
:J m
-- Y
I— -::::
a. - _w
....
.• i
:...
:.._w
I .
y f Y V V V Y V
FJ,iJ�I 'iIl
lit I
IIII III IIIILII
>-I-l-
•
eJ 3
LLI I-
I I I
1 I I
V IVY V
aF1 I IaI11j (Il
i P ZINI I_� z � I
Z A•: 4. Q :Q-�. In -F- In
• A N 1....0.0 N H..O:,O N
0
I-- 21 _ JI
1 1 1