Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
53-93 RESOLUTION
RESOLUTION NO. s 1-9 3 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH GOODWIN & GOODWIN CONSTRUCTION COMPANY FOR THE HIGHWAY 180 WATER AND SEWER RELOCATION PROJECT IN THE AMOUNT OF $371,384 PLUS A CONTINGENCY OF $41,552 AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the Mayor and City Clerk are hereby authorized to execute a contract with Goodvnn & Goodwm Construction Company for the Highway 180 Water and Sewer Relocation Project m the amount of $371,384 plus a contingency of $41,552. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section 2. That the Council hereby approves a budget adjustment in the amount of $421,586.00 by decreasing Use of Fund Balance, Acct. No. 5400 0940 4999 99 and increasing Sewer Improvements, Acct. No. 5400 5700 5815 00. A copy of the approved budget adjustment is attached hereto and made a part hereof. PASSED AND APPROVED this ALL day of May , 1993. ATTEST: BY: APPROVED: By: • • • City of Fayetteville, Arkansot Budget Adjustment Form Ct, •• 55-13 Budget Year 1993 Depanmaw Public Works Division: Engineering Program: Sewer Improvements Date Requested 4-30-93 Adjustment * ProwctorlicinRequested: Funding is requested to complete the Hwy. 180 Water and Sewer Relocations. The project is part of the State Highway project widening. Project or Item Deleted: None Justification of this Increase: Due to the outcome of the lawsuit, it is recommended to fund this project through Water and Sewer Fund Justification of this Decrease: Sufficient funds in O&M reserves of Water & Sewer Fund to allow this project be completed. Account Name Sewer Improvements Account Name use of fund balance Increase Amount Accesmt Number Project Number $421,586.00 5400 5700 5815 00 92006 0020 Decrease Amount AmousitNfumbow Project Number $421,586.00 5400 0940 4999 99 N/A Approval Signatures 4/-430-1.3 A eel eSte Cpri. cia -s a . Budget Coordinator Department Director Admin. Services Director Mayor Budget Office Use Only Type: A BCD Date of Approval Posted to General Ledger Entered in Category Log Budget Office Copy a OWNER: PROJECT: tf..) Si 3 my -Ad /So r tirk I, e Moat I' 44- ree Cey ir (C)A. eacvt City of Fayetteville 113 West Mountain Fayetteville, AR 72701 Water and Sewer Relocations 6th Street, Hwy 180 Fayetteville, Arkansas CONTRACTOR: Goodwin & Goodwin 8009 Texas Road Fort Smith, Arkansas 72901 to/R9. 53-13 Change Order No. 1 Date: July 29, 1993 Project No: FY912165 Contract Date: May 18, 1993 The following changes to the Contract are hereby ordered: 1. The Owner wishes to add to the project, the replacement of the 12 inch sanitary sewer line on Government Street across 6th Street, due to its existing condition and future planned improvements. This replacement is deemed to be less expensive under the current contract than under another contract after 6th Street has been widened and improved. A. Add Bid Item No. 58 95 LF of 12" PVC, SDR 26 Sewer line at $40/LF Add $ 3,800.00 B . Increase Bid Item No. 51 by 1 EA Manhole 0' - 8' at $900/EA Add 900.00 C. Increase Bid Item No. 46 by 95 LF of Sewer Trench and Backfill 0' - 8' at $4/LF Add 380.00 D . Increase Bid Item No. 32 by 55 SY of Asphalt Highway Repair at $80/SY Add $ 4,400.00 E . Increase Bid Item No. 31 by 95 LF of Flowable Fill Trench Backfill at $5/LF Add 475.00 F. Increase Bid Item No. 39 by 20 LF of Sewer Line Concrete Encasement at $20/LF Add 400.00 • G . Increase Bid Item No. 53 by 1 EA Abandon or Remove Existing Manhole at $500/EA Add 500.00 H . Increase Bid Item No. 56 Traffic Control by $2,000 for the Open Cutting of Government Street across 6th Street. Increase the Bid Item cost to $9,000 Add $ 2,000.00 Total Additional cost for 12 -inch Sewer Line at Government Street Across 6th Street ADD $ 12,855.00 2. Revise Water Line No. 5 at Campbell Soup Company's American Milling Feed Mill to accommodate the existing 6 -inch fire line to the building that was not noted on existing "As Built" Plans. Add a 2 - inch meter and delete 2-5/8" meters and 1 -inch service line. A. Increase Bid Item No. 3 by 82 LF of 6" PVC C-900 Water Line at $10.00/LF Add B . Increase Bid Item No. 8 by 1 ea 6" Gate Valve w/box at $400/EA $ 820.00 Add $ 400.00 C. Add Bid Item No. 59 1 EA 12" Saddle and 2" Corp Stop for Service Tap with Valve Box $350/EA Add $ 350.00 D . Add Bid Item No. 60 1 EA 6" Saddle and 2" Corp Stop for Service Tap with Valve Box $325/EA Add $ 325.00 E . Add Bid Item No. 61 1 EA New 2" Meter Setting with all Fittings at $440/EA Add F. Add Bid Item No. 62 1 EA New 2" Meter Box at $250/EA 2 $ 440.00 Add $ 250.00 • G . Add Bid Item No. 63 40 LF of 2" SDR -9 Water Service Line at $9/LF Add $ 360.00 H . Decrease Bid Item No. 29 by 15 LF Water Line Concrete Encasement at $20/LF Delete $ (300.00) I. Decrease Bid Item No. 22 by 2 EA 5/8" Meter Setting at $60/EA Delete $ (120.00) J . Decrease Bid Item No. 21 by 2 EA New Meter Box $80/EA Delete $ (160.00) K. Delete Bid Item No. 24 1 EA New Meter Setting 11/2" Delete $ (400.00) L. Decrease Bid Item No. 19 by 2 EA 6" Saddle and 1" Corp Stop for Service Tap at $80/EA Delete $ (160.00) M. Decrease Bid Item No. 26 by 106 LF of 1" Copper Service Line at $5/LF Delete $ (530.00) N . Decrease Bid Item No. 35 by 15 SY of Concrete Drive Repair at $50/SY Delete $ (750.00) Total Additional for Water Line Revision ADD 525.00 3. The Owner wishes to change the location of the 8 -inch Sewer Line Line "C" to align more close by with the planned addition of a 24" sewer crossing of Sixth Street which is to serve as a future relief sewer. A. Increase Bid Item No. 43 by 47 LF of 8" DIP Sewer Line at $22/LF -3 Add $ 1,034.00 • B . Increase Bid Item No. 51 by 1 EA Manhole 0' - 8' at $900/EA C. Increase Bid Item No. 46 by 162 LF of Sewer Trench and Backfill 0' - 8' at $4/LF D . Increase Bid Item No. 44 by 30 LF of 4" DIP Service Line at $13/LF E . Increase Bld Item No. 40 by 5 LF of 16" Bored Casing at $110/LF and decrease the unit price to $102/LF for shallower depth of boring F. Add Bid Item No. 64 5 EA Concrete Pier for Sewer at $2600/EA G . Decrease Bid Item No. 47 by 34 LF of Sewer Trench and Backfill 8' - 10' at $6/LF H . Decrease Bid Item No. 48 by 101 LF of Sewer Trench and Backfill 10' - 12' at $8/LF 1. Decrease Bid Item No. 49 by 70 LF of Sewer Trench and Backfill 12' - 14' at $10/LF J . Decrease Bid Item No. 39 by 50 LF of Sewer Line Concrete Encasement at $20/LF Add $ 900.00 Add $ 648.00 Add $ 390.00 Delete $ (760.00) Add $13,000.00 Delete $ (204.00) Delete $ (808.00) Delete $ (700.00) Delete $(1,000.00) Total Additional cost for 8 -inch Sewer Re -Alignment -4 ADD $12,So0.0o • • • • 1 • • Original Contract Amount Previous Change Order Amount Change Order Will Increase Contract Amount By Revised Contract Amount Contract Time Increase.in Contract Time Revised Contract Time CONTRACTOR: Goodwin & Goodwin By: CO( id2ate an Goodwin ENGINEER: McClelland Consulting Engi eers, Inc. By: OWNER: ayne ones City of Fay tteville By: red Fianna, Mayor -5 120 0 120 $371,384.00 0.00 $ 25,880.00 $397,264.00 calendar days calendar days calendar days /7994--- Dat Date Date • RESOLUTION /40. q3 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH GOODWIN & GOODWIN CONSTRUCTION COMPANY FOR THE HIGHWAY 180 WATER AND SEWER RELOCATION PROJECT IN THE AMOUNT OF $371,384 PLUS A CONTINGENCY OF $41,552 AND APPROVAL OF A BUDGET ADJUSTMENT, • BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS a Section t. That the Mayor and City Clerk are hereby authorized to execute a contract with Cioodwin & Goodwin- Cannot:bon Company for the Highway 180 Water and Sewer Relocation Project in the amount of $371,384 plus a artissuray• deka ,Set A copy of the contract is attached hereto marked Exhibit 'A' and made a part hereof. Section 2. That the Council hereby approves a budget adjustment in the amount of $421,586.00 by decreasing Use of Fund Balance, Acct. No. 5400 0940 4999 99 and increasing Sewer Improvements, Acct. No. 5400 5700 5815 00. A copy of the approved budget adjustment is attached hereto and made a part hereof. PASSED AND APPROVED this St day of _May., 1993. ATTEST. BY: Sherry . Thomas, City Clerk APPROVED: #14P14"4 red Hanna, Mayor CITY OF FAYE1TEVILLE REVIEW FORM PROJECT: I-4•4 Fo LA) et &IAA ) e PROJECT MANAGER: Stcl 1.10,r -hash Ceti( Crni" DEPARTMENT/DIVISION: kAabrics en in re rt riS Please review the attached contract and/or change order between the Cay of Fayetteville and trtkitc c , it c.:,16 CcItes.....st cw oleic *I) 11' 2:56° •°° 2 o ci 4.4 i'n i tit Cons+. de) te 44 I jorYt.a. 5, k go loo Date Approval Signature City Attorney Purchasing Manager Budget Coordinator Internal Auditor ADA Coordinator • 99 Comments stet° 73 Department Director Administrative Services Director • • • • . T411,140 c catio-4 rcryt-xtd;6-6-5 Igo &Ng -SA -tact CITY OF FAYETTEVILLE p, (nail -Cat Call efilik. 2— REVIEW FORM Please review the attached contract and/or change order between the City of Fayetteville and Mc ekitovri e-aNksiA.144-1 -El.rc • • Approval Signature Date Comments /city Attorney 6 2 z_b__417 Purchasing Manager aa(l&jf Budget Coordinato Account vi kamti Internal Ati itor 26 ADA Coordinator /—acD-94 14bcla_se Ao px-er-ot 641 hnuc /7-526 -g lig /244 Department Direct° 2 Administrative Strvices Director 4ti Mayor PROJECT: V•ik•Q4 12o __ (oak ey L 6 a jos pekeedurnsid0 # PROJECT MANAGER DEPARTMENT/DIVISION: Tta ICAI C. LA\r,t k s atvicertivc, Please review the attached contract and/or change order between the City of Fayetteville and Mc ekitovri e-aNksiA.144-1 -El.rc • • Approval Signature Date Comments /city Attorney 6 2 z_b__417 Purchasing Manager aa(l&jf Budget Coordinato Account vi kamti Internal Ati itor 26 ADA Coordinator /—acD-94 14bcla_se Ao px-er-ot 641 hnuc /7-526 -g lig /244 Department Direct° 2 Administrative Strvices Director 4ti Mayor FAYETTEVI LLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Thru: Don Bunn, City Engineer From: Sid Sid Norbash, Staff Engineer Date: January 25, 1994 Kevin Crosson, Public Works Director Re: Hwy 180 Water and Sewer Relocations Engineering Contract Final Payment The above reference project is completed and we are in the process of closing the engineering contract with the final payment which is attached. The contract with Goodwin & Goodwin Construction Company included a clause which made the contractor responsible for any overtime hours for the field inspector, that would go beyond the budgeted hours (please see attached copy). Since Goodwin & Goodwin chose to work more over time hours than budgeted, $5,890 was deducted from their pay in order to reimburse McClelland Consulting Engineers for the extra overtime (please see attached copy of final payment to Goodwin & Goodwin). In order to follow proper accounting procedures, a change order is being executed, however, please note that the City is not paying for the additional engineering costs. We are requesting the approval of the second and final change order to this contract. SN/sn attachments PROJECT TITLE 2nd and Final CHANGE ORDER Hwy. 180 - Water & Sewer Relocations PROJECT NO. 92066 CONTRACT NO 177-91 CONTRACTOR McClelland Consulting Engineers, Inc. CONTRACT DATE 10-1-91 The following changes are hereby made to the Contract Documents: Addition of 155 hours of overtime inspection by engineers Justification: Contractor Goodwin & Goodwin has been fees, per Contract. CHANGE TO CONTRACT PRICE Original Contract Price: $ 66,740 charged with the extra inspection Current contract price, as adjusted by previous change orders: $ 69,990 The Contract Price due to this Change Order will be [increased] Weereesed] by $ 5,890 The new Contract Price due to this Change Order will be: $ 75,880 CHANGE TO CONTRACT TIME The Contract Time will be [increased] [decreased] by N/A The date for completion of all work under the contract will be calendar days. N/A Approvals Required: To be effective, this order must be approved by the Owner if it changes the scope or objective of the project, or as may otherwise be required under the terms of the Supplementary General Conditions of the Contract. Requested by Recommended by nidevoz •AaJP 4/44 -L - Approved hy Contractor - Approved by Mayor: Wiley -Fisk Form 15-3 date date date Cq date_g_an • nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents, and that this Proposal is made according to the provisions and under the terms of the Contract Documents, which Documents are hereby made a part of this Proposal. The Bidder further agrees that he has exercised his own judgement and has utilized all data which he believes pertinent from the Engineer, Owner, and other sources in arriving at his own conclusions. CONTRACT EXECUTION AND BONDS The Bidder agrees that if this. Proposal is accepted, he will, within 15 consecutive calendar days after notice of award, sign the Contract in the form annexed hereto, and will at that time, deliver to the Owner the Performance Bond and Payment Bond required herein, and will, to the extent of his Proposal, furnish all machinery, tools, apparatus, and other means of construction and do the work and furnish all the materials necessary to complete all work as specified or indicated in the Contract Documents. CERTIFICATES OF INSURANCE. PAYMENT BOND. AND PERFORMANCE BOND The Bidder further agrees to furnish the Owner, before commencing the work under this Contract, the certificates of insurance, Payment Bond, and Performance Bond as specified in these Documents. START OF CONSTRUCTION AND CONTRACT COMPLETION TIME The Bidder further agrees to begin work within 10 calendar days after the time stated in the Notice to Proceed issued by the Owner to the Contractor and shall complete the construction of all water lines, sewer lines and service lines, manholes and etc., within 120 calendar days after the date specified in the Notice to Proceed. OVERTIME ENGINEERING OBSERVATION The standard workday for the Construction Observer is 8 hours; an the standard workweek is 40 hours. Overtime for the Construction Observer is any work schedule which results in more than 8 hours per day or 40 hours of work for one calendar week. If the Contractor choo es to work overtime the cost to t • er for engineering observation for the overtime hours Acill.be_deducte• trom the amount due to the Coneactor on the monthly contractors EIS), estimate form. The number of hours statein Itein 57 of the Proposal is used to establish a cost for this project. Section 00300 - 2 COnAY0 CA) }k 600citavy, in McClelland Consulting Engi Incarperated Fayetteville. Arkansas Inc z. • 000 000 • • 0% 00 0 1); a UJ < 141IJJ F 0 0 d 0 .. s- < m ex m z w § 11 m .. = _ 2 w o ... = c w cy. W Iiim. W 0 W ,-e 0 1 W 0 gnat- 1-. ow — so m Et m 0 c .4 wm a 8.z =co .-g ... Zw-ss. 1- W N WWQ P . / 3 WW W F OE • Ul F ti, ca -12.168 r.c wwa_.=-. wR 0. -..fl a >1- c 5 - 0 .-1410 I-- S -a W2 W I- W X *a w =wo 8.1; ==02-= . w.cm -.._ 0.-=m mew mc .0 nos a. sic m z g sli• .. s - z 0 < 0 z 1 - us z 0 0 LESS MATERIALS INSTALLED TO DATE 00 00 o a g d co - 0 c m m 0:13. art rg a LESS OVERTIME ENGINEERING SUBMITTED BY: ACCEPTED BY: CITY OF FAYETTEVILLE APPROVED BY: PREVIOUS PAYMENT AMOUNT DUE AND OWNER: PROJECT: tu/er, s) 13 City of Fayetteville 113 West Mountain Fayetteville, AR 72701 Water and Sewer Relocations 6th Street, Hwy 180 Fayetteville, Arkansas 1 5 2110[4112) Liu giv 3 Cit(9- 3 C S - Change Order No. 3 Date: Nov. 23, 1993 Project No: FY912165 CONTRACTOR: Goodwin & Goodwin Contract 8009 Texas Road Date: May 18, 1993 Fort Smith, Arkansas 72901 The following changes to the Contract are hereby ordered: 1. The Owner wishes to modify the project, to include the removal and replacement of 6 -foot chain link fence and the placement of rock riprap on the creek bank east of G & C Welding located at 563 West 6th Street. This work is necessary as part of the 8 -inch sewer line replacement along the west bank of the creek. A. Add Bid Item No. 68 90 LF of 6' Chain Link Fence Removal and Reinstallation at $6.80/LF B. Add Bid Item No. 69 186.5 Tons of Riprap at $15/TN Original Contract Amount Previous Change Order Amount Change Order Will Increase Contract Amount By Revised Contract Amount Contract Time Increase in Contract Time Revised Contract Time Terue potnuck Lcn4r4- 4 40,09/ tbMC e. -,410244A -mit 6.40- — 1 MOO Add 612.00 Add ADD c_crsa ttific r 4 $ 2,797.50 $ 3,409.50 $371,384.00 $ 63,063.00 $ 3,409.50 $437,856.50 140 calendar days 0 calendar days •140 calendar days 4 C71.41- zje4 • • CONTRACTOR: Goodwin & Goodwin By: „a. ENGINEER: Bryan Goodwin Date McClelland Consulting ngineers, Inc. By: OWNER: City of F yetteville By: Fred Hanna, Mayor - 2 - //- 13 -73 Date /47A3 Date ADDENDUM NO. 1 Water & Sewer Relocation West 6th Street Fayetteville, Arkansas Project No. FY912165 April 20, 1993 The original Plans and Specifications dated January 1993 for the project are amended as noted in this Addendum. Receipt of this Addendum shall be acknowledged on the Proposal. This Addendum consists of 4 pages. Item fff 1 Item M 2 The Arkansas Department of Labor Prevailing Wage Rates included as pages A1-3 and A1-4 are hereby added to the project Contract Documents. Delete Paragraph 3.16 B on Page 8 of Section 02200 and substitute the following paragraph 3.16 B: "In water and sewer line trenches under driveways, paved parking areas, and sidewalks and all sewer line trenches and within 10 feet of the proposed back of curb and gutter, backfill with compacted native materials to the surface. Place 8 -inches of GRANULAR FILL (Class 7 Base) at all driveway, parking and sidewalks. Compact backfill and GRANULAR FILL to not less than 100% relative compaction. Place additional GRANULAR FILL if settlement occurs, at the Contractor's sole expense." Item No 3 Delete Paragraph 3.16 C on Page 8 of Section 02200. A1-1 Item PP 4 Add the following Paragraph 2.04 on Page 2 of Section 15014: "C. Meter loop for lk" meters shall be Mueller, 11-1422, or approved equal. Loop shall have meter stop inlet valve with lockwing. The loop shall have a 12" riser. Except as expressly amended herein, the Plans and Specifications shall remain in effect as ore inally released. 0/ a ne J nes P. E. Aprx 20. 1993 A1-2 Page 1 of 2 ARKANSAS DEPARTMENT PREVAILING WAGE DETERMINATI DATE: PROJECT: April 20, 1993 Water & Sewer Relocation West 6th Street ' Fayetteville, Arkansas CLASSIFICATION Bricklayers Carpenters Concrete Finishers Electricians Ironworkers: Structural Reinforcing Laborers: Air Tool Operator Asphalt Heater Operator Asphalt Raker Carpenter Helper Chain Saw Operator Checker Grade Concrete Finisher Helper Concrete Joint Sealer Concrete Saw Operator Flagger Formsetter Laborer Pipelayer Powderman Vibratorman Painter Pile Driver Leadman Power Equipment Operators: Aggregate Spreader Operator Asphalt Plant Fireman Asphalt Plantdrier Operator Batch Plant Operator Bulldozer Operator: Finish Rough Bull Float Operator Concrete Curing Machine Operator Concrete Mixing Operator: Less than 5 sacks 5 sacks or more Backhoe-Rubbertired 1 yard or less Cherry Picker Operator Concrete Paver Operator Concrete Spreader Operator Crane, Derrick, Dragline, Shovel, Backhoe Operators: 1-1/2 yards or less Over 1-1/2 yards Crusher Operator Distributor Operator A1-3 OF LABOR ON - HEAVY RATE DETERMINATION #: 92-201 COUNTY: Washington EXPIRATION DATE: 10-20-93 BASIC HOURLY RATE 7.20 7.20 7.20 8.75 6.30 5.45 5.15 5.15 5.85 5.15 5.15 5.45 5.15 5.15 5.15 4.25 5.45 4.25 5.45 6.40 5.15 6.20 6.20 5.80 4.85 4.85 5.80 6.90 5.65 5.65 5.65 5.15 6.20 6.10 6.10 6.70 6.70 6.70 7.20 5.65 5.65 FRINGE BENEFITS Page 2 of 2 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION - HEAVY RATE DATE: PROJECT: April 20, 1993 Water 4 Sewer Relocation .West 6th Street Fayetteville, Arkansas CLASSIFICATION Drill Operator (wagon or truck) Elevating Grader Operator Euclid or like Equipment Operator (bottom or end dump) Finishing Machine Operator Forklift Operator Front End Grader Operator Front End Operator: Finish Rough Hydro Seeder Operator Mechanic - Mechanic Helper Motor Patrol Operator: Finish Rough Mulching Machine Operator Oiler and Greaser Pile Driver Operator Power Broom Operator Pug Mill Operator Roller Operator (self-propelled) Scraper Operator: Finish Rough Sod Slicing Machine Operator Stabilizer Mixing Machine Operator Tractor Operator: Crawler Type Farm and Wheel Wheel Type (with attachment 1 yard or under) Trenching Machine Operator Stonemasons Truck Drivers: Distributor Truck Semi -trailer Lowboy Transmit Mix Truck Drivers (Light -less 3000 lbs.) Truck Drivers (Heavy -more 3000 lbs.) than than DETERMINATION #: 92-201 COUNTY: Washington EXPIRATION DATE: 10-20-93 BASIC HOURLY RATE 5.65 6.70 5.25 6.10 5.05 5.05 6.70 5.65 5.15 6.90 5.25 6.90 5.65 5.15 5.45 6.20 5.15 5.15 5.25 6.90 5.65 4.95 5.65 5.15 5.15 5.55 5.55 7.20 5.45 5.45 5.65 5.45 4.85 5.15 Well Drillers 6.90 FRINGE BENEFITS Welders -receive rate prescribed for craft performing operation to which welding is incidental. CERTIFIED JULY 6, 1992 A1-4 Li] I I PART/SECTION NO. SUBJECT PAGE NO. PART I BIDDING REQUIREMENTS ' 00030 Advertisement for Bids 1-2 00100 Instructions to Bidders 1-7 00300 Proposal 1-13 ' 00350 Bid Bond 1-2 00360 Notice of Award 1 PART II CONTRACT FORMS ' 00500 Contract 1-5 00550 Notice to Proceed 1 ' PART III CONDITIONS OF THE CONTRACT 00700 General Conditions 1-37 00800 Supplementary Conditions 1-7 I PART IV SPECIFICATIONS DIVISION I GENERAL REQUIREMENTS '• 01000 Abbreviations 1-3 01009 Summary of Work 1-2 01011 Site Conditions 1-4 ' 01014 Protection of the Environment 1-2 01016 Safety Requirements and Protection of Property 1-4 ' 01027 Applications for Payment 1-2 01028 Change Order Procedures 1-2 01070 Cutting and Patching 1-2 01210 Preconstruction Conference 1 01300 Submittals During Construction 1-8 01311 Schedule and Sequence of Operations 1-3 ' 01400 Quality Control 1-3 01500 Temporary Construction Facilities and Utilities 1-3 01570 Traffic Regulations 1-2 ' 01600 Material and Equipment Shipment, Handling, Storage, and Protection 1-4 01700 Contract Closeout 1-3 01710 Final cleaning 1-2 01720 Project Record Documents 1-3 ' DIVISION 2 SITE WORK 02102 Clearing, Grubbing, and Stripping 1-3 02200 Earthwork, Trench Excavation and Backfill 1-11 02218 Landscape Grading 1-3 02223 Highway Undercrossing 1-5 02224 Railroad Undercrossing 1-5 I I MccMll.nd Caa ulll EC/l...rs Ina>yM.I.1 Fay.Il.Hll., Arkama. PART/SECTION NO. SUBJECT PAGE NO. DIVISION 2 cont. 02485 Finish Grading and Grass 1-3 02601 Asphalt and Concrete Restoration 1-10 02740 Manhole Construction 1-5 DIVISION 3 CONCRETE 03210 Reinforcing Steel 1-4 03300 Concrete 1-16 DIVISION 15 MECHANICAL 15001 Piping - General 1-9 15001-2 Cement -Lined Ductile Iron Water Pipe and Fittings 1-4 15001-3 Polyethylene Lined Ductile Iron Sewer Pipe and Fittings 1-3 15001-14 Polyvinyl Chloride (PVC) Pipe and Fittings 1-3 15005 Gravity Sewer Pipe 1-7 15012 Miscellaneous Tubing 1-2 15013 Miscellaneous Piping Specialities 1-4 15014 Miscellaneous Metering and Measuring Devices 1-3 15080 Manually Operated Valves and Check Valves 1-5 Appendix - Traffic Control Signs Drawings - (Bound Separately) El I NcCl.11ana Canw4Nn. ' -r. '—p-ct" Fay.ILWlI. Armes I I Li Li I I I I J El [] I I SECTION 00030 ADVERTISEMENT FOR BIDS BID NO. 93-17 OWNER: City of Fayetteville 113 West Mountain Fayetteville, AR 72701 ENGINEER: McClelland Consulting Engineers, Inc. 1810 North College Fayetteville, AR 72703 (501) 443-2377 PROJECT NO.: FY912165 The City of Fayetteville will receive sealed bids for construction Bids shall be on a unit price basis. The City of Fayetteville will receive bids until 2:00 P.M. local time on April 22, 1993 at the office of the Purchasing Officer. Bids received after this time will not be accepted. Bids will be opened and publicly read aloud immediately after specified closing time. All interested parties are invited to attend. Bidding Documents may be examined at the offices of the Engineers and at: ABC Plans Room Construction Market Data Dodge Reports Ozark Floor Co. 715 West 2nd St. 5100 E. Skelly 928 N. College Little Rock, AR Suite 1010 Fayetteville, AR Tulsa, OK 74135 Copies of the Bidding Documents may be obtained through the Engineers office upon payment of $75.00 for each set of documents. Return of documents is not required, and amount paid for documents is not refundable. Partial sets are not available. For information concerning the proposed work or for an appointment to visit the site of the work, contact Mr. Wayne Jones at the Engineer's office. Section 00030-1 I MGLNllaS ' OIasaitns Enpnwn IntoryKalsa Fo/KI.Wl1a, Arkansas I Li J I I I I I I I I I I I Li In order to perform public work, the successful Bidder shall, as applicable, hold or obtain such Contractor's and Business Licenses as required by State statutes and the Rules and Regulations of the Arkansas Contractor's Licensing Board. The attention of the Bidder is directed to the applicable federal and wage rates to be paid under this contract. Each Bid must be submitted on the prescribed form and accompanied by a certified check or bid bond executed on the prescribed form, payable to the City of Fayetteville, in an amount not less than 5 percent of the amount bid. The right is reserved to reject all Bids or any Bid not conforming to the intent and purpose of the Contract Documents, and to postpone the award of the Contract for a period of time which shall not exceed beyond 90 days from the bid opening date. Dated this 1st day of April, 1993. City of Fayetteville, Arkansas Peaty Bates Purchasing Officer Publish P.O. i 35553 Section 00030-2 MCC.land (knaa/Il Ea. in— FoTIHNII., ArMmaa SECTION 00100 INSTRUCTIONS TO BIDDER PARAGRAPH NO./TITLE PAGE NO. 1. FORMAT...... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 2. SPECIFICATION LANGUAGE .............................. 1 3. GENERAL DESCRIPTION OF THE PROJECT .................. 1 4. QUALIFICATION OF BIDDERS ............................ 1 5. DOCUMENT INTERPRETATION ............................. 1 6. BIDDER'S UNDERSTANDING .............................. 2 7. PROJECT MANUAL & DRAWINGS .......................... 2 8 . TYPE OF BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 9. PREPARATION OF BIDS ................................ 3 10. STATE AND LOCAL SALES AND USE TAXES................. 3 11. SUBMISSION OF BIDS ................................. 3 12. TELEGRAPHIC OR WRITTEN MODIFICATION OF BIDS ........ 4 13. WITHDRAWAL OF BID .................................. 4 14. BID SECURITY........................................ 4 15. RETURN OF BID SECURITY .............................. 5 16. AWARD OF CONTRACT...... . . . . . . . . . . . . . . . . ....... . . . . . . 5 17. BASIS OF AWARD.............a........................ 5 18. EXECUTION OF CONTRACT....... a ....................... 5 19. PERFORMANCE AND PAYMENT BONDS ....................... 6 20. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND......... 6 21. PERFORMANCE OF WORK BY CONTRACTOR................... 6 22. TIME OF COMPLETION ..................... a. a.......... 7 23. PROVIDING REQUIRED INSURANCE........................ 7 24. TRENCH AND EXCAVATION SAFETY SYSTEM ................ 7 I25. SUBCONTRACTOR'S PERFORMANCE AND PAYMENT BOND ....... 7 YGLNlland OenwllHn/ Imncs;roora asrane Forllatlla, Arkansas SECTION 00100 INSTRUCTIONS TO BIDDERS 1. FORMAT The Contract Documents are divided into parts, divisions, and sections in keeping with accepted industry practice in order to separate categories of subject matter for convenient reference thereto. Generally, there has been no attempt to divide the Specification sections into work performed by the various building trades, work by separate subcontractors, or work required for separate facilities in the project. SPECIFICATION LANGUAGE "Command" type sentences are used in Contract Documents. These refer to and are directed to the Contractor. 3. GENERAL DESCRIPTION OF THE PROJECT A general description of the work to be done is contained in the ADVERTISEMENT FOR BIDS. The scope is indicated on the accompanying Drawings and specified in applicable parts of these Contract Documents. 4. QUALIFICATION OF BIDDERS The prospective bidders must meet the statutorily prescribed requirements before Award of Contract by the Owner. Before a Contract will be awarded for the work contemplated herein, the Owner will conduct such investigation as is necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified under this Contract. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. 5. The Contract Documents governing the work proposed herein consist of the Drawings and all material bound herewith. These Contract Documents are intended to be mutually cooperative and to provide all details reasonably required for the execution of the proposed work. Any person contemplating the submission of a Bid shall have thoroughly examined all of the various parts of these Documents, and should there be any doubt as to the meaning or intent of said Contract Documents, the Bidder should request of the Engineer, in writing (received by the Engineer at least 5 working days prior to bid opening) an interpretation thereof. Any interpretation or Section 00100 - 1 MaCN11and Canwlllln/ Eapnoo InooryKa'O/N Fo)a/larlllo, Arkano. I I I I I I I I I I I I I I I change in said Contract Documents will be made only in writing, in the form of Addenda to the Documents which will be furnished to all Bidders receiving a set of the Documents. Bidders shall submit with their Proposals, or indicate receipt, of all Addenda. The Owner or Engineer will not be responsible for any other explanation or interpretations of said Documents not issued in writing by Addendum. 6. BIDDER'S UNDERSTANDING Each Bidder must inform himself of the conditions relating to the execution of the Work, and it is assumed that he will inspect the site and make himself thoroughly familiar with all the Contract Documents. Failure to do so will not relieve the successful Bidder of his obligation to enter into a Contract and complete the contemplated Work in strict accordance with the Contract Documents. It shall be the Bidder's obligation to verify for himself and to his complete satisfaction all information concerning site and subsurface conditions. Information derived from topographic maps, or from Drawings showing location of utilities and structures will not in any way relieve the Contractor from any risk, or from properly examining the site and making such additional investigations as he may elect, or from properly fulfilling all the terms of the Contract Documents. Each Bidder shall inform himself of, and the Bidder awarded a Contract shall comply with, federal, state, and local laws, statutes, and ordinances relative to the execution of the Work. This requirement includes, but is not limited to, applicable regulations concerning minimum wage rates, nondiscrimination in the employment of labor, protection of public and employee safety and health, environmental protection, the protection of natural resources, fire protection, burning and nonburning requirements, permits, fees, and similar subjects. No return of Project Manual or Drawings is required and no refund will be made. The successful Bidder will be furnished three sets of Documents without charge. Any additional copies required will be furnished to the Contractor at $75.00 per set. Partial sets will not be available. 8. TYPE OF BID Unit prices shall be submitted in the appropriate places on the Bid. The total amount to be paid the Contractor shall be the total amount of the unit price items as adjusted based on quantities Section 00100 - 2 I MOCNllana CMN/lln9 F./giMafa InaarparaNd Furllarllla, Arkannoa I I L L I L C I I I I L I I installed and/or any adjustment for additions or deletions resulting from additive or deductive alternates or change orders during construction. All blank spaces in the Bid form must be filled in, preferably in BLACK ink, in both words and figures where required. No changes shall be made in the phraseology of the forms. Written amounts shall govern in cases of discrepancy between the amounts stated in writing and the amounts stated in figures. In case of discrepancy between unit prices and totals, unit prices will prevail. Any Bid shall be deemed informal which contains material omissions, or irregularities, or in which any of the prices are obviously unbalanced, or which in any manner shall fail to conform to the conditions of the published ADVERTISEMENT FOR BIDS. Only one bid from corporation, under the Should it appear to thl than one bid for work is interested will be any individual, firm, partnership, or same or different names, will be considered. Owner that any Bidder is interested in more contemplated, all bids in which such Bidder rejected. The Bidder shall sign his Bid in the blank space provided therefor. If Bidder is a corporation, the legal name of the corporation shall be set forth above, together with the signature of the officer or officers authorized to sign Contracts on behalf of the corporation. If Bidder is a partnership or sole proprietorship, the true name of the firm shall be set forth above, together with the signature of the partner or partners authorized to sign Contracts in behalf of the firm. If signature is by an agent, other than an officer of a corporation or a member of a partnership or sole proprietorship, a notarized power -of -attorney must be on file with the Owner prior to opening of bids or submitted with the Bid. Unless the Supplementary Conditions contains a statement that the Owner is exempt from state sales tax on materials incorporated into the Work due to the qualification of the Work under this Contract, all state and local sales and use taxes, as required by the laws and statutes of the state and its political subdivisions, shall be paid by the Contractor. Prices quoted in the Bid shall include all nonexempt sales and use taxes, unless provision is made in the Bid form to separately itemize the tax. 11. SUBMISSION OF BIDS All Bids must be submitted, not later than the time prescribed, at the place, and in the manner set forth in the ADVERTISEMENT FOR McCNIION nwliNn• Enqinnrs InParpnctv/ra/W Far11/Wllf, Arkansas Section 00100 - 3 I H H I H I I H I I H I I 1 I Section 00100 - 4 BIDS. Bids must be made on the Bid forms provided herein. Each Bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions in the ADVERTISEMENT FOR BIDS. Bids may not be submitted by FAX machines. 12. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID Any Bidder may modify his bid by telegraphic or written communication at any time prior to the scheduled closing time for receipt of bids, provided such communication is received by the Owner prior to the closing time. The telegraphic or written communication should not reveal the bid price; it shall, however, state the addition or subtraction or other modification so that the final prices or terms will not be known by the Owner until the sealed bid is opened. :E 414` 02A2\I<.7a :Fi7 Any Bid may be withdrawn prior to the scheduled time for the opening of Bid either by telegraphic or written request, or in person. No Bid may be withdrawn after the time scheduled for opening of Bids, unless the time specified in Item, AWARD OF CONTRACT, of these INSTRUCTIONS TO BIDDERS shall have elapsed. 14. BID SECURITY Bids must be accompanied by cash, a certified check, or cashier's check drawn on a bank in good standing, or a bid bond issued by a Surety authorized to issue such bonds in the State where the Work is located, in the amount of 5 percent of the total amount of the Bids submitted. This bid security shall be given as a guarantee that the Bidder will not withdraw his Bid for a period of 90 days after bid opening, and that if awarded the Contract, the successful Bidder will execute the attached Contract and furnish properly executed Performance and Payment Bonds, each in the full amount of the Contract price within the time specified. The Attorney -in -Fact (Resident Agent) who executes this bond in behalf of the Surety must attach a notarized copy of his power -of -attorney as evidence of his authority to bind the Surety on the date of execution of the bond. All bid bonds and Contract bonds shall be executed by a licensed resident agent of the surety having his place of business in the State of Arkansas and in all ways complying with the laws of the State of Arkansas. The mere countersigning of a bond will not be sufficient. I raclanand Caawlnai ' EMlaaare /1a@inra.W Fa7MHWlle, Araieaaa I J 7 H H I I E H H I r [I I I I I I if the Bidder elects to furnish a Bid Bond, he shall use the Bid Bond form bound herewith, or one conforming substantially thereto in form and content. 15. RETURN OF BID SECURITY Within 15 days after the award of the Contract, the owner will return the bid securities to all Bidders whose Bids are not to be further considered in awarding the Contract. Retained bid securities will be held until the Contract has been finally executed, after which all bid securities, other than Bidders' bonds and any guarantees which have been forfeited, will be returned to the respective Bidders whose Proposals they accompanied. Within 90 calendar days after the opening of Bids, unless otherwise stated in the ADVERTISEMENT FOR BIDS or SUPPLEMENTARY CONDITIONS of these Documents, the Owner will accept one of the Bids or will act in accordance with BASIS OF AWARD, below. The acceptance of the Bid will be by written notice of award, mailed or delivered to the office designated in the Bid. In the event of failure of the lowest responsible and responsive qualified Bidder to sign and return the Contract with acceptable Performance and Payment Bonds, as prescribed herein, the Owner may award the Contract to the next lowest responsible and responsive qualified Bidder. Such award, if made, will be made within 90 days after the opening of Bids. 17. BASIS OF AWARD If, at the time this Contract is to be awarded, the total Base Bid of the lowest acceptable Proposal exceeds the funds then estimated by the owner as available, the Owner may reject all bids or take such other action as best serves the Owner's interests, including consideration of selected Deductive Alternates. The successful Bidder shall, within 15 consecutive days after receiving notice of award, sign and deliver to the Owner the Contract hereto attached together with the acceptable bonds as required in these Documents. Within 15 consecutive days after receiving the signed Contract with acceptable bonds from the successful Bidder, the Owner's authorized agent will sign the Contract. Signature by both parties constitutes execution of the Contract. The successful Bidder shall conform to the Rules and Regulations of Arkansas Department of Finance and Administration concerning nonresident contractor's notice and bond requirements. Section 00100 - 5 MCI. lbs Gbnou/Nns InoYONafM Fop/Nvlll•, Art•mw I C I I II I ET I C I I I I I I I The successful Bidder shall file with the Owner a Performance Bond and Payment Bond on the form bound herewith, each in the full amount of the Contract Price in accordance with the requirements of the State of Arkansas as applicable, as security for the faithful performance of the Contract and the payment of all persons supplying labor and materials for the construction of the Work, and to cover all guarantees against defective workmanship or materials, or both, for a period of 1 year after the date of final acceptance of the Work by the Owner. The Surety furnishing this bond shall have a sound financial standing and a record of service satisfactory to the Owner, shall be authorized to do business in the State of Arkansas, and shall be listed on the current U.S. Department of Treasury Circular Number 570, or amendments thereto in the Federal Register, of acceptable Sureties for Federal projects. If the Surety on any Bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the project is located or it ceases to meet the requirements of the preceding paragraph, Contractor shall within five days thereafter substitute another Bond and Surety, both of which must be acceptable to Owner. The Attorney -in -Fact (Resident Agent) who executes this Performance Bond and Payment Bond in behalf of the Surety must attach a notarized copy of his power -of -attorney as evidence of his authority to bind the Surety on the date of execution of the bond. All Contracts, Performance and Payment Bonds, and respective powers -of -attorney will have the same date. 20. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND The Bidder who has a Contract awarded to him and who fails to properly execute the Contract and furnish the Performance Bond and Payment Bond, within the time frame stipulated elsewhere in these documents, shall forfeit the bid security that accompanied his bid, and the bid security shall be retained as liquidated damages by the Owner, and it is agreed that this sum is a fair estimate of the amount of damages the Owner will sustain in case the Bidder fails to enter into a Contract and furnish the bond as hereinbefore provided. Bid security deposited in the form of cash, a certified check, or cashier's check shall be subject to the same requirements as a Bid Bond. 21. PERFORMANCE OF WORK BY CONTRACTOR The Contractor shall perform on the site and with his own organization, work equivalent to at least forty percent of the total amount of the work to be performed under this Contract. If, McCI.IIond Mlf/nI [M,flas MfltOtS Faj.f .vflM, Arkansas Section 00100 - 6 I I I I I I I I I I I I I [I I El I during the progress of the Work hereunder, the Contractor requests a reduction of such percentage, and the Engineer determines that it would be to the client's advantage, the percentage of the Work required to be performed by the Contractor's own organization may be reduced; PROVIDED prior written approval of such reduction is obtained by the Contractor from the Engineer. Each bidder must furnish with his bid a list of the items that he will perform with his own forces and the estimated total cost of these items. 22. TIME OF COMPLETION The time of completion of the Work to be performed under this Contract is of the essence of the Contract. Delays and extensions of time may be allowed in accordance with the provisions stated in Section GENERAL CONDITIONS. The time allowed for the completion of the work is stated in the Proposal. 23. PROVIDING REQUIRED INSURANCE The Bidder's attention is directed to the insurance requirements set forth in the GENERAL CONDITIONS (amended in the SUPPLEMENTAL CONDITIONS, if appropriate). Submittal of a bid indicates full understanding and intent to comply with the insurance requirements which are a condition of the contract. 24. TRENCH AND EXCAVATION SAFETY SYSTEM In accordance with Act 291 of 1993 of the State of Arkansas, Bidders must provide a separate price for trench and excavation safety programs in the space provided on the bid form. Failure to do so will subject the bidder to disqualifications. In accordance with Act 190 of 1993 of the State of Arkansas subcontractors shall provide to the General Contractor a performance and payment bond if the condition of Section 1 of Act 190 are applicable to the project. IKCI.IIOM conwllflll/ In —p -at.' Fo)+N.WII., Ark•INor Section 00100 - 7 U I I I I I I L I I I I I [1 I I ri I SECTION 00300 PROPOSAL NOTE TO BIDDER: Please use BLACK ink for completing this Proposal form. To: City of Fayetteville Address: City Administration Building. Fayetteville, Arkansas Project Title: Water and Sewer Relocation. Engineer's Project No. FY912165 Bidder: GOODW�n4 Coo()W. *r\ Address:otl- Date: llall�jr- Bidder's person to contact for additional information on this Proposal: (� ^,`�_II Name: ?c"�%csn C�lWn Telephone: The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in this Proposal are those named herein, that this Proposal is, in all respects, fair and without fraud, that it is made without collusion with any official of the Owner, and that the Proposal is made without any connection or collusion with any person submitting another Proposal on this Contract. The Bidder further declares that he has carefully examined the Contract Documents for the construction of the project, that he has personally inspected the site, that he has satisfied himself as to the quantities involved, including materials and equipment, and conditions of work involved, including the fact that the description of the quantities of work and materials, as included herein, is brief and is intended only to indicate the general MOCNlland Cmaal•ny Enyllwara InoorparOM Fa,aAarllla. Arkanaea Section 00300 - 1 P I I I H C LJ I I I I L I H I nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents, and that this Proposal is made according to the provisions and under the terms of the Contract Documents, which Documents are hereby made a part of this Proposal. The Bidder further agrees that he has exercised his own judgement and has utilized all data which he believes pertinent from the Engineer, Owner, and other sources in arriving at his own conclusions. CONTRACT EXECUTION AND BONDS The Bidder agrees that if this Proposal is accepted, he will, within 15 consecutive calendar days after notice of award, sign the Contract in the form annexed hereto, and will at that time, deliver to the Owner the Performance Bond and Payment Bond required herein, and will, to the extent of his Proposal, furnish all machinery, tools, apparatus, and other means of construction and do the work and furnish all the materials necessary to complete all work as specified or indicated in the Contract Documents. CERTIFICATES OF INSURANCE. PAYMENT BOND, AND PERFORMANCE BOND The Bidder further agrees to furnish the Owner, before commencing the work under this Contract, the certificates of insurance, Payment Bond, and Performance Bond as specified in these Documents. START OF CONSTRUCTION AND CONTRACT COMPLETION TIME The Bidder further agrees to begin work within 10 calendar days after the time stated in the Notice to Proceed issued by the Owner to the Contractor and shall complete the construction of all water lines, sewer lines and service lines, manholes and etc., within 120 calendar days after the date specified in the Notice to Proceed. The standard workday for the Construction Observer is 8 hours; and the standard workweek is 40 hours. Overtime for the Construction Observer is any work schedule which results in more than 8 hours per day or 40 hours of work for one calendar week. If the Contractor chooses to work overtime, the cost to the Owner for engineering observation for the overtime hours will be deducted from the amount due to the Contractor on the monthly Contractors pay estimate form. The number of hours stated in Item 57 of the Proposal is used to establish a cost for this project. M•CI.IIoad CbeaamN• EwIpWW llw:F•r•na Fo,+tflWU•, Aron Section 00300 - 2 I I 1 I I I I j 1 LII I I I I I I I I Il In the event the Bidder is awarded the Contract and shall fail to complete the work within the time limits or extended time limits agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be paid to the Owner for all work awarded under the Contract until the work shall have been satisfactorily completed as provided by the Contract Documents, plus any monies paid by the Owner to the Engineer for additional engineering and inspection services associated with such delays. Liquidated damages shall be cumulative for work not completed on schedule. Work which is not completed on schedule shall be rated at $320 per day until the work is completed. The liquidated damages applies to the calendar day time limit for completing these utility relocations, and in addition, any overtime engineering observation time required beyond the 120 calendar day time limit. Thgg bidder hereby acknowledges that he has received Addenda No's ('tone these Specifications. (Bidder insert No. of each Addendum received.) SALES AND USE TAXES The Bidder agrees that all federal, state, and local sales and use taxes are included in the stated bid prices for the work. PROPOSAL SCHEDULE ITEM UNIT NO. QUANTITY ITEM PRICE EXTENDED 1. Lump Sum Mobilization and Demobilization $ /b,00o /LS (Numerals) 7hw[1cAK4i dollars/LS $ / (Words) Oo 2. 2335 LF 12" PVC C-900 Water Line $ o?Fs /LF (Numerals) 04 �(NPn7 one dollars/LF $. (Words) 3. 400 LF 6" PVC C-900 Water Line $ / cif /LF (Numerals) -len dollars/LF $ _ (Words) uccl. to Rd Canwlfling [a/IMNI IaaxyaralN FayalnWlla, Arkaaaaa Section 00300 - 3 I. I 1 1 ITEM UNIT NO QUANTITY ITEM PRICE EXTENDED 4. 20 LF 6" DIP Class 51 $ /2,o /LF (At Fire Hydrants) (Numerals) r1 ifpeU/C dollars/LF $ �!Q (Words) 6a 5. 340 LF 2" PVC Class 200, SDR 21 Water Line (Numerals) _�� dollars/LF $ Zo4a� (Words) 6. 7400 LBS Cast Iron or Ductile $/LBS Iron Fittings (Numerals) _A/o dollars/LBS $_/'J,3 (Words) 7. 4 EA 12" Butterfly Valve $_4Q__/EA with ABox (Numerals) ri I11e ►1W dollars/EA $ (Words) 8. 5 EA 6" Gate Valve w/Box $ 40t2 /EA (Numerals) � � r h dollars/EA $ (Words) 9. 6 EA 2" Gate Valve w/Box $_275 o a' /EA (Numerals) .ict, IIonJrtQ j€ tg7y IU# dollars/EA $________ (Words) (V 10. 4 EA Remove Existing Fire $ /EA Hydrant (Numerals) 11. j/,, `j0/7lto p dollars/EA $ (Words) 4 EA New 54" Fire Hydrant $_/271 /EA w/6" Gate Valve (Numerals) d pap h d �Oay ) tP dollars/EA (Words) "cCNllead Cerllln6 Er/lMerl IncancoMd Fa)IINMIle, Areanew Section 00300 - 4 I I I I I I I I I I I I P I I I I ITEM UNIT NO QUANTITY ITEM PRICE EXTENDED Co 12. 60 LF 24" Bored Casing (Railroad $ 120' /LF for 12" Line) (Numerals) one hundred, t Wern y dollars/LF $ 1,2.00 ; (Words) 13. 142 LF 20" Bored Casing (Roadway $ 4Osr� /LF for 12" Line) (Numerals) one hand red live dollars/LF $_______ (Words) oo 14. 152 LF 12" Bored Casing (Roadway $_70. /LF for 6" line) (Numerals) o� SeyehTy dollars/LF $ 1Og (Words) 15. 282 LF 6" Bored Casing (Roadway $ /LF for 2" Line) (Numerals) fry two Two dollars/LF $ /qj 66y. (Words) Om 16. 425 LF 2" Bored Casing (For $ /S' /LF Service Lines) (Numerals) `/YCf6CA✓ dollars/LF $_375 (Words) oU 17. 1 LS Remove Existing Valve $ OD /LS // Boxes (16) (J ( umerals) 'YttC 1 od(4Mtl £SAT dollars/LS $ (Words) 18. 10 EA 12" Saddle and 1" Corp. $ 'l /EA Stop for Service Tap (Numerals) cc NiNetY dollars/EA $ qOO. (Words) 19. 6 EA 6" Saddle and 1" Corp. $ SO. /EA Stop for Service Tap (Numerals) c�r� F___ dollars/EA $ 48O OO (Words) MCCNHHOW l.i la..ri. Per UOxiOrO�OA FgO"OHIIO, /rkgO Section 00300 - 5 I I I [H C I I I I I El C [ii I ITEM UNIT NO QUANTITY ITEM PRICE EXTENDED 20. 4 EA 2" Saddle and 1 Corp. $ 75' o/EA Stop for Service Tap (Numerals) 00 66eyenty V%ve dollars/EA $ 300 (Words) 21. 21 EA New Meter Box Ed (Words) $ 6o. /EA (Numerals) dollars/EA $ 00 22. 14 EA New Meter Setting 5/8" $ 0-4 /EA (Numerals) Sixr: dollars/EA $_840 (Words) 23. 1 EA New Double Meter Setting $ /2% /EA 5/8" (Numerals) one hun4rea-rWer'iTy Five dollars/EA $ 1_____ (Words) 24. 1 EA New Meter Setting 1'" $ 4O©, /EA (Numerals) our konclra3 dollars/EA $ oa (Words) 25. 5 EA New 1" Ball Valve at Meter $ 0 uo /EA Box (Numerals) -Fi FTy dollars/EA $_25O. (Words) 26. 750 LF 1" Copper Service Line $y/LF (in 2" Casing) (Numerals) dollars/LF $ 3 75O (Words) 27. 315 LF 3/4" Copper Service Line (From Meter) (Numerals) S! icy dollars/LF (Words) McCl.11.n. (i111N1"n/ In.e<yK.I.. F.II.NII., Ark._... Section 00300 - 6 I I I I I I L I I I I I I II ITEM UNIT NO. QUANTITY ITEM PRICE EXTENDED 28. 1 LS Connection of 12" $ /O6O /LS Waterline to Existing (Numerals) 12" Line One 'f"hoV.4ttl dollars/LS (Words) 29. 120 LF Concrete Encasement $ /LF (Water Line) (Numerals) I2IJ&)7i dollars/LF $ (Words) 30. 2500 TN Class 7 Trench Backfill $ 1/TN (Numerals) ao Ten dollars/TN $ zs,OOO (Words) 31. 300 LF Flowable Fill Trench Backfill (Numerals) o0 /►'G dollars/LF $ (Words) 32. 30 SY Asphalt Highway Repair $ O,- /SY (Numerals) ��hTy dollars/SY $ 2 (Words) 33. 208 SY Asphalt Street Repair $ /0'' /SY (Numerals) 4roul-71 U dollars/SY $ 852O. (Words) 34. 706 SY Asphalt Drive Repair (Numerals) .f dollars/SY $ �/� 110 - (Words) 35. 229 SY Concrete Drive Repair $ 4 Q /SY (Numerals) dollars/ SY $ (Words) Section 00300 - 7 McCl.IIand Oenw ttJn� Enpp IntvOatknlW Fnl•Hnv#H. Arkansan I I I I I I I I I I I I I I I I I ITEM UNIT NO QUANTITY ITEM PRICE EXTENDED th 36. 14 SY Concrete Sidewalk Repair $__::l0__/Sy (Numerals) tour'f'`r dollars/SY $ SW (Words) 37. 25 LF Concrete Curb & Gutter $ c$O ao /LF Repair (Numerals) dollars/LF $ 75Op0 (Words) 38. 27 LF Rock Wall Repair $ 4O00 /LF (Numerals) �r7y dollars/LF $ /O&oa� (Words) 39. 60 LF Sewer Line Concrete $ /LF Encasement (Numerals) /llLerl7V dollars/LF $� w (Words) 40. 90 LF 16" Bored Casing (Roadway) $ I/0,00 /LF 1 (Numerals) orle1 h rJred fief\ dollars/LF (Words) 41. 490 LF 10" Bored Casing (For $7/LF Service Lines) (Numerals) SeyerOY dollars/LF $3 •`��� (Words) /4 42. 1380 LF 8" PVC SDR-26 Sewer Line $ /LF (Numerals) �(veCuL dollars/LF $16 , 56O (Words) 43. 112 LF 8" DIP Sewer Line $9Cl /LF (Numerals) 4j,en/y 1' dollars/LF $________ 6� (Words) McC1. land Cbnwl"If t lnlara Inaryrona Fa ttnfIla. ArSMM Section 00300 - 8 t I 1 1 1 I ITEM UNIT NOQUANTITY ITEM PRICE EXTENDED 0 44. 621 LF 4" DIP Service Line $ i .�� /LF (In 10" Casing) (Numerals) 45. 46. 47. m 49. 50. 51. oD dollars/LF $ 6073' (Words) 06 63 LF 4" PVC Service Line (Numerals) &Uef\ dollars/LF (Words) 677 LF Sewer Trench & Backfill $ 4c°° /LF 01 - 8' (Numerals) 1. Or dollars/LF (Words) 403 LF Sewer Trench & Backfill $ G /LF 8' - 10' (Numerals) dollars/LF (Words) ^ p6 .?y/y 248 LF Sewer Trench & Backfill $_° 0_ /LF 10' - 12' (Numerals) �� �___ dollars/LF $ /y 83� I. (Words) 70 LF Sewer Trench & Backfill $ /O /LF 12' - 14' (Numerals) _e dollars/LF $_______ (Words) 350 CY Rock Excavation $_c'-' /CY (Numerals) -4Zriy 19 dollars/CY $ (Words) 11 EA Manholes 0' - 8" $ /EA (Numerals) CO A I a L, and red dollars/EA $q 900 (Words) VGClallaM anwMIM IEplMoro-rra•w fayall.Hlla, Arl"maa Section 00300 - 9 I 1 1 1 1 ITEM UNIT NO. QUANTITY ITEM PRICE EXTENDED 52. 12 EA Manholes Additional $_/EA 2' Increments (Numerals) / 4W° h"^Jed dollars/EA (Words) 53. 8 EA Abandon or Remove $ joo /EA Existing Manholes (Numerals) ye L0€.a reh, dollars/EA $ 4000 (Words) 54. 1 LS Trench & Excavation $ .S.O6O� /LS Safety Systems (Numerals) Ave IZOOWtL dollars/LS $ S'Ooo (Words) 55. 1 LS Seeding Fertilizing and $ Mulching (Numerals) Dne ri�OOS444 dollars/LS $ /0oO (Words) 56. 1 LS Traffic Control $ 7icco /LS (1 (Numerals) Seyrrll(- C., dollars/LS $ 7060 (Words) 57. 176 HR Overtime Engineering $ 38.00 /HR (Non AHTD Eligible) (Numerals) Enclosed herewith is a bid bond for F,rF''^ $% °d ,Cv' h `cf '5p6e O dollars ( which we agree the Owner may cash and retain as liquidated damages in the event of our failure to enter into contract for the work covered by this Proposal, provided the Contract is awarded to us within ninety (90) days from the date fixed for the opening of bids and we fail to execute the required bonds as called for in the Specifications within fifteen (15) days after the execution of the Contract. YK,.11.s Lbnwllls9 FJrI.Nr. (...ryM'.IW F.y Wlloj Ir.o.N. Section 00300 - 10 SUBCONTRACTORS AND SUPPLIERS The Bidder further certifies that the following subcontracting and supply firms or businesses will be awarded subcontracts for the following portions of the work in the event that the Bidder is awarded the Contract: - SUBCONTRACTOR Na' I Street City BORING - SUBCONTRACTOR Name eir 2 5-rl n5l P r (7 K Street City (The following space is supplied for additional subcontractors) -SUBCONTRACTOR Name Street City PERFORMANCE OF WORK BY CONTRACTOR The Bidder shall perform at least 40 percent of the work with his own forces (refer to Paragraph 21, INSTRUCTIONS TO BIDDERS. Bids from so called "Brokerage Contractors" will not be considered.) List below the items that the Bidder will perform with his own forces, if awarded this Contract, and fill in the blank showing the estimated total cost of these items. All '/;Sin) 5TrPL 77pe . /�45i'c, !%%Sao%1 SPULw (inef 0 Cl4NDO Section 00300 - 11 4 n *40CMllaa/ Eaaloara /aoaora$d fay.M.Wllo, Arkoaaea Estimated total cost of the above items the Bidder states that will be performed with his own forces, if awarded Contract: Dollars I 1 1 1 I I 1 EXPERIENCE OF BIDDER The Bidder states that he is an experienced Contractor and has completed similar projects within the last 5 years. (List similar projects, with types, names of clients, construction costs, and references with telephone numbers. Use additional sheets if necessary.) A'Auc/ni f17 AN( ROMA) 47V-227-ftyDD,oco'dioo, oa°D SURETY If the Bidder is awarded a construction Contract on this Proposal, the Surety who provides the Performance and Payment Bond will be C Si t r whose address is IZZWPsnCA n'te(Hwy, Rvin57X 75°j7 Street City BIDDER State The name of the Bidder submitting this Proposal is rl doing business at ty State which is the address to which all communications concerned with this Proposal and with the Contract shall be sent. The names of the principal officers of the corporation submitting this Proposal, or of the partnership, or of all persons interested in this Proposal as principals are as follows: rt en Jnlr\ MCI.! Sand nulling CnSnnr. InavW/o/ad Foy.Hagllag Arkanaw Section 00300 - 12 The Bidder's Arkansas Contractor's License No. is: O/6 9� O3fi% If Sole Proprietor or Partnership IN WITNESS hereto the undersigned has set his (its) hand thiSZ day ofO-piu21983 ��Lv ✓! Li�� / jam: If Corporation IN WITNESS WHEREOF the undersigned corporation has caused this instrument to be executed and its seal affixed by its duly authorized officers this day of , 19_. (SEAL) Name of Corporation M Title Attest Secretary Section 00300 - 13 MccNlland gwwltln/ E Mi•r. IMarF.r.M Fq.II.HII., Ar..nn. I ' tfome office: 'CBIC B�BONeAaiii Vdkv9$111 v.o. ous sY! i :curie, WA 9$ 1119.0211 CONTRACTORS BONDING (20e) 6n rut (IUD) AND INSURANCE COMPANY wz t12 96 a�n3 National (me> - FAX I. KNOW ALL MUM BY THESE PRESL F CS: I C L r I I I I I I I [1 I I C That we Goodwin & Goodwin Fort Smith, Arkansas as Principal, (hereinafter called the 'Principal', and Caaractors Handing and Insurance Caxnpaay of Senile, Washington, a v'txpix utinn duly nrgnnimxt under the laws of the State of Washington, as Surety, (hereinafter called the Surety". are held firmly bound unto City of Fayetteville, Arkansas as flhligec, (hereinafter culled the'Obiigee"), _Five Percent (5%) Total Amount Bid-----------------------------------"------ In the stun of _. not oexcer.Ttaenty-two Thousand Five Hundred & no/100--------------------------------Dollars 22,50000 (a \ for the puyme,t Of which sum well and ImIY to 6e madC, the said Principal and the said Surety, bind ourw:(ves, our help, ex cutors, administrators, ataxk:ssors and aaaignx, jointly and severally. lnnly by three prt_wcnts. WHEREAS,thePrinclpalhagauhmittcdabuifor Water and Sewer Relocation, Arkansas Highway 180, in accordance with plans and specifications prepared by McClelland Consulting Engineers. NOW, THEREFORE, if the Obligee shalt accept the bid of the Principal and the Principal shat) cater Into a contract with the Obliges in accordance with the terms of such bid and give mach bond or bonds as may be spcciftal it the bohtmg or contract documents with good and suffickmt surety for the Poithfnl p7fnrmance of such contract and for the prompt payment of labor and material In the pruscculion thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if rho Principal shrill pay to the Obliges the ditfen:nix: nut to exceed doe tsawlty i cseof between the anwunr specified in said bid and such largeramount for whkh the Obligee may in gaol faith contract with anothhcr party to perform the work covered by said bid, then this obligadim:dull be null and void otherwise to remain in full race and effect. Signed and sealed this 22nd day of April 4W imas , wiaaa. GDS- oac I•711 tM7 MgvM M ew Anntnw h.nw. nfA,chiIStt ALA. ImewsietNa M310hNs ry tMedabn 1140 Goodwin & Goodwin A.D. t9 93 . , (Seal) a�acpIfl mr:srsnso IMMUDMODWR[dda.Yi..abpbdI.6bb6yWMMS.6wr.MrdbnyinldbN.Cn_NMa.b.lWrptr6L 1 1 1 1 1 1 aawa..gtar;wa.pgrwqrwpwrarwywwwwqp� . flied At.bSp. e4 i*SSyer.wrbnr,- iS .• ..SonsWwwrrrwb.w iflsVe`s.rbwtC..lwS .ur .Nblarr•irilbmp.mb.d dlaC.tpgmd duo �ddMi�N brbpolpb�.drdY.'ry• NtN.d,d}n'/13 •IJtI bpwia.iiyM.____is rdruSW.S.igdI.$ q sii..dophd byMio.dd.W.d00MMCwnli0109MON1Y NacORMnr NOWND6SN.Naia b.idNlb7yoirtrdbryblddM.C4M VICCI CC 1 L Y N HILLER ab—.d.Asiybdptrbdtddda 0 vdfb.d.db."b.S.blbrb.ww brf" LMW6w% I..d poWa oWmadb[bW=Mmnryb.T. by" IL. t10lYO1rpiN...ir Mrt[N... i.tha bd.rbiM..pR.yb.•..aMr Myw.dAyarydiwaytsdabwhrbiu.bbdLicWr.6w.�cwry imNod.dsdbq[.dppbib.pdsdabbdtdys h Nowrill. Ib.rdr - daNr.dpit.Nd leo'. 1.1 S _- -. i Sy dt%s aybr•hS uSdflddeil.w.dl.agoygrb.w bMrLbFM b drr.ybpwW64bdbn. bbdm@pri.AdpabwdN.bladgbbidrC.q..yrMn*.- I._-.Niydlbb.�iq sduYs. .ldpgibyyeNrbydf.OvpwrRm a[ ■obw II WIT IaN �YI, I,IIIA0'inUCNp iiMC SNYAANCU OONM.IYS.a S11.wpw.tbbb.dpbdby Iltb.t U. •Suam.dafstpawbwb. db tidea rATE c P inAL- COWRY OP DALLAS 1/04/93 CONTRACTORS [ONDNO AND NNJMNCE COMPANY SEAL Pow dAtfl . N ccSS N cu[OP. I haw day.M yr.1b.. mbar S Sty PtbbessM of Toro —._- - _.. _.ate.a.rw.dfl __- a.lwlTfl..n.aaaln nINn Nua&NCSCCNNAMY. hrmbr aibi. nw init ofCNihaS I ry l nom, TAI .d. 22 dad APR C El I I I Li H I I I GI C [1 I I [] I I NOTICE OF AWARD To: Mr. Bryan Goodwin Goodwin & Goodwin 8009 Texas Road Ft. Smith. AR 72901 PROJECT DESCRIPTION: City of Fayetteville. Water and Sewer Relocations. West 6th Street. The OWNER has considered the PROPOSAL submitted by you for the above described WORK in response to its ADVERTISEMENT FOR BIDS. You are hereby notified that your PROPOSAL has been accepted for the Water and Sewer Relocation, West 6th Street in the amount of $_371.384.00. You are required by the INSTRUCTIONS TO BIDDERS to execute the CONSTRUCTION CONTRACT in its entirety and furnish the required PERFORMANCE AND PAYMENT BOND and certificates of insurance within fifteen (15) calendars days from the date of this NOTICE OF AWARD. If you fail to execute said Contract and to furnish said bonds within fifteen (15) days from the date of this NOTICE OF AWARD, said OWNER will be entitled too consider all your rights arising out of the OWNER's acceptance of your PROPOSAL as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this 20th day of May, 1993 Receipt acknowledged this By: Titl day of , 1993. Title: .��EZ� IV By: „CCIallan0 Cellaalllno Enpina lnaarOooM Po t MWlla, Arlamoa Section 00360 - 1 I I 1 I I H I 1] I I H C SECTION 00500 CONTRACT THIS AGREEMENT, made and entered into on the day of , 1993, by and between Goodwin & Goodwin of Fort Smith. Arkansas herein called the Contractor, and the City of Fayetteville, Arkansas, hereinafter called the Owner: WITNESSETH: That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the Owner as follows: 1. That the Contractor shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Drawings, Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled WATER AND SEWER RELOCATION, WEST 6TH STREET dated January, 1993, including: Advertisements for Bids; Addenda; Instructions to Bidders; General Conditions; Supplementary Conditions; Performance and Payment Bonds; Specifications; the Proposal and acceptance thereof; and the Drawings, (11 Sheets). 2. That the Contractor shall commence the work to be performed under this Agreement on a date to be specified in a written order of the Owner and shall fully complete installation of all pipelines and service lines in 120 calendar days. 3. That the Owner hereby agrees to pay to the Contractor for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Proposal, in lawful money of the United States, the amount of: Three Hundred Seventy One Thousand. Three Hundred Eighty Four & No/100 Dollars ($371,384.00), based on the Base Bid Price contained herein. Section 00500 - 1 MCCI.IICI10 Canwllriny nnpnom 1nwr0or, lkd Fays"evlllk, Arkkmw I I n L. J I H I I I I I I I H I That within 30 days of receipt of an approved payment request, the Owner shall make partial payments to the Contractor on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by the Contractor, LESS the retainage provided in the General Conditions, which is to be withheld by the Owner until all work within a particular part has been performed strictly in accordance with this Agreement and until such work has been accepted by the Owner. 5. That upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls, material bills, and other costs incurred by the Contractor in connection with the construction of the work have been paid in full, final payment on account of this Agreement shall be made within 60 days after the completion by the Contractor of all work covered by this Agreement and the acceptance of such work by the Owner. 6. In the event that the Contractor shall fail to complete the work within the time limit or the extended time limit agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be paid at the rates designated in the Proposal. 7. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Surety Bond hereto attached for its faithful performance and payment, the Owner shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any reason such bond ceases to be adequate to cover the performance of the work, the Contractor shall, at his expense, within 5 days after the receipt of notice from the Owner, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the Owner. 8. No additional work or extras shall be done unless the same shall be duly authorized by appropriate action by the Owner in writing. Section 00500 - 2 AKCl.11pnd CenMItM/ ' a ..n Inppp-wpld F.p.1NY111., Arft n L I Li C I I I I I [] I Li I J I IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above written, in Three (_ counterparts, each of which shall, without proof or accounting for the other counterpart be deemed an original Contract. WITNESSES: mil` n ATTEST: Approved as to form: Attorney for Owner ,faJ1444L1' Contractor By Gam. �ti192 Title CITY OF FAYETTEVILL Owner By Fed Hanna Mayor Title Section 00500 - 3 MapkllaM (bn'llliln/ ftv r-Wat Fa)vlbvllly Arkvmas CERTIFICATE OF INSURANCE f1 is to nortity that pq STATE FARM FlRC AND CASUALTY COMPANY. Rlnominglon. IIIInolo SlAI t FARM GENERAL INSURANCE COMPANY, Bloomington, Illlnoic Iin force lot Guodwin, Bryan DHA Goodwin & Goodwin _ Same N — 8009 Texas Rd ANfM M PnmyluMlsi Fort Smith, AR 72901 I�tiofl Of opontIY NOR same as above 1 following oavoragas for the ponndR and limits Indicated below. POLICY NUMDER TYPE OF INSIIRANCh I 4-00-8912-2F U- ® ComprahonsW. die"01 I iAbility n Manulactuarsone, ConVCClpi I (ability u Owners'. I midlands ' ace Tannin' L ability POLICY PERIOD (910exp.) ru Tim Above instinct IMmam: ppllcabk A I iO Galod by lxl 1 L PI4ODUCtt.CDMPLFTFn OPLNAI IONS OWNEII!' nN CONTRAC10AS' PROTPCTIVL LIABILITY CONTRACT JAI I (ABILITY BROAD FORMPRnPFR1Y DAMAGE BROAn I'ORM COMPRLI ILNCIVE GRNERAL LIASIII I Y F,64655A0204A 9403-05 9--4 tE92h5573969 II n EXCESS I IABIUTY Umbreaa .I Other Workors Cempenealion ( and Employers Isabliny 07/01/93 05/02/93 thtµ 05/02/94 07/21/92 thru. 07/21/93 LIMITS OF LIABILITY Dual L,mes for Each Occurrence AflnraDAle !uub ne..Gurrsnee AR9NAIN' R 5nn BO8V INJURY 511000.00P X000 Pnor 111Y nAMAAE 500 OQ0 1,000 Cin,roinad Single Limit lu,. ni,01tV INJURY ANU PROPCRI Y DAMAOC AAfl FachOccurrence R 500, V".' -_ ... A99ro9aM s 1 . 000 , Ur,f1 CONTRACTUAL LIABILITY LIMITS Pt dlllef enl inn abOvel 5 ODODLLY,JtASURY Each Occurrence $ Each Ocamanca Aggregate ( I Combined Single I knn for Each Occln,ence A99,S0AM Pail I STATUTORY Pe,12 BODILY INJURY Each Accident Dbeaae-Eaeh ISmployee DIIeise-PULur Limit PROPERTY DAMAGE R 500,000 R 1—o66r000 BODILY INJURY ANO PROPERTY DAMAGE 82,000,000 $100.0.00 'Aggre9Me nW appdcebs ii Owners , Lendknfls one Tlnwlle' I inblNly Ir $ufMGA egCludos slruolmel afNlaII0M, now CCnvatm ini fn d*moneon_ HE CERTIFICATE OF INSURANCE 1S NOT A CONTRACT OF INSURANCE AND NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS. XTENDS OR ALTERS THE COVERAGE APPROVED BY ANY POLICY DESCRIBED HEREIN. Note:reference contract page 31 item 1B there is a 30 day notification of notice of cancellation to the additional insureds on all policies NAML AND ADDRC33 01' PARTY TO WI IOM CERTICJCA1 r II IMSIJ O ' Additional insureds , 41/ n City of Fayetteville D_1[�1GtlyG'r Fayetteville, Ar rPi A, ity I,Ae N,NrrwAIAIWA Additional insureds MrCl.a11 nnAf'.nn sultiny F,naineere, INC icy, ' PO Box 1229 AR 79702-1229 - I.. 1 1 1 1 I 1 1 Bond #AR0233 -01 ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND We, Goodwin and Goodwin as Principal, hereinafter called Principal, and Contractor's Bonding & Insurance Company a corporation organized and existing under the laws of the State of Arkansas and authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto the City of Fayetteville. Arkansas as Obligee, hereinafter cal�}}edcc Owner, in the amount of Three Hundred Seventy One Thousand. TI≥eeC4 Hundred Eighty Four & No/100 Dollars ($ 371.384.00), fo a payment whereof Principal and Surety bind themselves, their 1 i s, Z personal representatives, successors and assigns, jointlg andcD severally, firmly by these presents. s m z Principal has by written agreement dated May 18, 1993 m n entered into a contract with Owner for construction of water' ondcb sewer relocations, which contract is by reference made a partp hereof, and is hereinafter referred to as the Contract. ►"'' THE CONDITION OF THIS OBLIGATION is such that if the principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure to do so and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against the Principal and Surety, jointly and severally, under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. MKNISad CMwllln/ Epinoon Inoor►oroNd Foy.tNMIN, Arbaoeo Section 00500 - 4 In no event shall the aggregate liability of the Surety exceed the sum set out herein. Executed on this 18th day of May 1993 Princi al By Contractor's Bonding & Insurance Company B2121/ISuretyv�1 J� /I�C o Gf� -7. Attorney -in -fact Vicci L. Hiller Section 00500 - 5 N.Cl.Ilo.d Con.u=tm f -f.-. iq.H.M/1., AM..... 11 F I Ii I I I u.acMawMSS We4t..lwniwi,wMYMsd,wld VI[12 LI M I UAM y caws wIaanr L.A. MY.1rdr.MSS.MMaiSMl"&dwSL*/sMmlbb1u.11�+M1/rtlN.redl,slewUdMrdrbwMOa�I M �dbeYdCrCayrytlw�6lwlel�' rdrM.alaaMwa.iaaibalwaal�W 4Mn.dilAa�.I.arM.apad. wAdNidaTnrwaMlswrdkbbndaR IwIIy#yayrdasYY.$mst.e MI93 .rgarv+l�wA ►wld Ykdir.dlswswWaa,n.awn sda..dw+4MewaaOk+aw .' .aw leu+ oaniWa a. 11O4/93 ilfailYYwM Sai.da.a -aarw•+y�wF AidDt1RDFYN1161bdIMdR W MrY.AsdiY.dsbinpaMkntpM�.IdM1 W M/w rldlrwgndPrlslsrsMlwn b. rrw wlrM�tG rdYwM....w./ MIb apMMeRM IMgWwdYMMdNMMMA�flgafwwWlS V. _ _ __ __ --------- l - - W -J�.Y.WY IESOL.�Iralleldd Wwslrw.';±,wMd-uIbs.wwwesnusruaeayrgsssrMw .wpawlaaaNbbs ' CONTRACTdIs dbIdDIND AHD NNIUNC! C01/NdT "�/j/f �tOINi i ' kSEALF STAT . GT TEXAS— GOWnT OF DM LA6 4" t4R?.4.•'{+D Ion 1/041/03 p«•«wbws••I•r ll.b.K tor.IM.n,l.w.aARM N.Iq...M.Idr.a/.ba e.Ipenllen Yls aaaeu1.dlb. bnpd Lralwd rmw it Many wdwbwda14Wlaid I.rr.erb..wolAdomy Iot.I$wt«.nd.al.rwy NI ad dad N.ald.a.pmsbn, brae a wlaa.rldlwlad, and an od% aulad Ihd Ow. S al nSd M .a.as. Mw laid Lb" Pin t M.Ilwy. N .IITIlad Mtmt . 1 h... w...4 dar a.dy.ar9wl a►...wAtra IStI Tna1 Q11..� �.—�-- 1 �(�( . Nwwyrl,rbt, wa b.• W.wiw ' Iaaa.d by aafi npary,and data hraby blllMtnillly Ylal aw.w.-. .. w...w,gN 11 191W .,.....�� _-- art�lladw __ IW 18htr*of_ May _ is 93—. I I NOTICE TO PROCEED To: Mr. Bryan Goodwin Goodwin & Goodwin 8009 Texas Road Fort Smith, AR 72901 Date: June 11. 1993 Project: City of Fayetteville Water and Sewer Relocations West 6th Street You are hereby notified to commence WORK in accordance with the Contract dated May 18, 1993, on or before June 15, 1993, and you are to complete the WORK by October 12, 1993. ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by Goodwin & Goodwin this the /7 day of June 1993. By: •Y� R. Way Jo es, P.E. Title Proiect Manager Section 00550 - 1 fCons, tang krgin Ilona Inaraaralla FayeHarllla, Arkansas I I DOCUMENT 00700 I I I I I I I I [I I I I GENERAL CONDITIONS TABLE OF CONTENTS DEFINITIONS Paae 1. AS APPROVED . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 2. AS SHOWN, AND AS INDICATED ................... 1 3. BIDDER...... . . . . . . . . . . . .. . . . . . . . . . . . . . . . •.. . . 1 4. CONTRACry . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 5. CONTRACT DOCUMENTS .......................... 2 6. CONTRACTOR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 7. DAYS. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 8. DRAWINGS. . . . . . . . . . . . . . . . . . . . . . . .......e . . . . . . . . . . . . 2 9 . ENGINEER. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 10. NOTICE.... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 11. OR EQUAL...... ............ C C C 3 12. OWNER ..... ............ .....................c 3 13. PLANS (See DRAWINGS) ......................... 3 14. SPECIFICATIONS. ........ . . . . . . . ......... . . . . .. 3 15. NOTICE TO PROCEED ............................ 3 16. SUBSTANTIAL COMPLETION ...................... 3 17. WORK. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 18. INTENT OF CONTRACT DOCUMENTS ................. 4 19. DISCREPANCIES AND OMISSIONS .................. 4 20. ALTERNATIONS - CHANGES IN WORK............... 5 21. VERIFICATION OF CONTRACT DOCUMENTS........... 5 22. DOCUMENTS TO BE KEPT ON THE JOBSITE.......... 6 23. ADDITIONAL CONTRACT DOCUMENTS ................ 6 24. OWNERSHIP OF DRAWINGS ........................ 6 Section - 00700 MCC,.IIund Cnni Et.r. rc' Mt. .rypoNd Fayw"o Nlk, Arkansas I THE ENGINEER Page 25. AUTHORITY OF THE ENGINEER.' .................. 6 26. DUTIES AND RESPONSIBILITIES OF THE ENGINEER . 7 27 . REJECTED MATERIAL . a . . . . . . . . . . . . . . . . . . . . . . . . a a 8 28. UNNOTICED DEFECTS...............aaaaaaaaaaaaa 8 29. RIGHT TO RETAIN IMPERFECT WORK ............... 8 30. LINES AND GRADES 8 31. SHOP DRAWINGS SUBMITTAL PROCEDURE............ 9 32. ADDITIONAL DETAIL DRAWINGS AND INSTRUCTIONS.. 10 33. INDEPENDENT CONTRACTOR ....a ................. 10 34. SUBCONTRACTING,,,,..................006.....1 10 35. INSURANCE AND LIABILITY ...................... 11 36. INDEMNITY 14 ................................... 37. TAXES AND CHARGES.aaaa- a..............aaaaace 15 38. ORDINANCES, PERMITS, AND LICENSES............ 15 39. SUPERINTENDENCE... a a a a a a 16 40. a..............aaaaaa RECEPTION OF ENGINEER'S DIRECTIONS........... 16 41. SA(NITATION.......aa.......a.a................ 16 42. EMPLOYEES. . a a a. . . . . . . a. a 16 43. a . . . . . . . . . a. PROJECT MEETINGS.aa.......................... a . a a..... . . . . 17 44 . SAFETY. 17 . . . . . . . a a. . . . . . . . . . . . a. . . . . . . . . . a . . . . . 45. CONTRACTOR'S TOOLS AND EQUIPMENT ............. 18 46. PROTECTION OF WORK AND PROPERTY .............. 18 47, RESPONSIBILITY OF CONTRACTOR TO ACT IN EMERG ENCY . . . . . a. a . . . . . . . . . . . a. . . . . a 19 48. . MATERIALS AND APPLIANCES .................... a a a . a. a . a 19 49. CONTRACTORS' AND MANUFACTURERS' COMPLIANCE WITH STATE SAFETY, OSHA, AND OTHER CODE REQUIREMENTS...........aaaaaaaa..........a•as 20 50. SUBSTITUTION OF MATERIALS .................... 20 51. TESTS, SAMPLES, AND INSPECTIONS .............. 20 52. ROYALTIES AND PATENTS ........................ 21 53. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT.......................ace .a........ 21 54. CORRECTION OF DEFECTIVE WORK FOUND DURING WARRANTY PERIOD. 21 a a ace..., a a a a a a a a a a i a... a a a a a Section — 00700 Yc[t.Ilond t...inp Hynwut Fa)vlt.t(., dr.ansoi Li I I I I I I I I I I I I I I I I H I I I I I I I I I PROGRESS OF THE WORK Page 55. BEGINNING OF THE WORK........................ 22 56. SCHEDULES AND PROGRESS REPORTS............... 22 57. PROSECUTION OF THE WORK ...................... 23 58. ASSIGNMENT................................... 24 59. OWNER'S RIGHT TO DO WORK..................... 24 60. OWNER'S RIGHT TO TRANSFER EMPLOYMENT......... 24 61. DELAYS AND EXTENSION OF TIME................. 25 62. LIQUIDATED DAMAGES ........................... 26 63. OTHER CONTRACTS.............................. 27 64. USE OF PREMISES.............................. 28 65. SUBSTANTIAL COMPLETION DATE .................. 28 66. PERFORMANCE TESTING .......................... 28 67. OWNER'S USE OF PORTIONS OF THE WORK.......... 29 68. CUTTING AND PATCHING ......................... 29 69. CLEANING UP .................................. 29 70. PAYMENT FOR CHANGE ORDERS .................... 29 71. PARTIAL PAYMENTS............................. 32 72. CLAIMS. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 35 73. NOTICE OF CLAIM FOR DELAY .................... 36 74. RELEASE OF LIENS OR CLAIMS ................... 36 75. FINAL PAYMENT................................ 36 76. NO WAIVER OF RIGHTS .......................... 37 77. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE..................................... 37 Section - 00700 M.Cbll.nd CM.ullln Fgb..r. InwOw.NE Faprl.vllll, Arvwr... I DOCUMENT 00700 GENERAL CONDITIONS These General Conditions contain contractual -legal Articles that establish the requirements and conditions governing responsibility, policy, and procedures that apply during the construction and warranty period. This part of the Contract Documents is preprinted. Any modifications to the following Articles that are special to the Project under consideration will be made in the Supplementary Conditions. Requirements and conditions that have special significance to the Contract for the contemplated Work on this Project are as set forth in the remaining Sections of these Contract Documents. DEFINITIONS Wherever in the Contract Documents the following terms are used, the intent and meaning shall be interpreted as follows: AS APPROVED The words "as approved", unless otherwise qualified, shall be understood to be followed by the words "by the Engineer". 2. AS SHOWN, AND AS INDICATED The words "as shown" and "as indicated" shall be understood to be followed by the words "on the Drawings". 3. BIDDER The person or persons, partnership, firm or corporation submitting a Proposal for the Work contemplated. The "Contract" is the written agreement covering the performance of the Work and the furnishing of labor, materials, incidental services, tools and equipment in the construction of the Work. It includes supplemental agreements amending or extending the Work contemplated and which may be required to complete the Work in a substantial and acceptable manner. Supplemental agreements are written agreements covering alterations, amendments, or extensions to the Contract and include Contract Change Orders. Section 00700 - 1 I I L I I I I I I I I I I I nMecN4ond Cana Iliac nccsptot IraHOMd I I5. CONTRACT DOCUMENTS I I I I I I I I I I I I I 11 I I The "Contract Documents" consist of the Bidding Requirements, Contract forms, Conditions of the Contract, the Specifications, and the Drawings, including all modifications thereof incorporated into the Documents before their execution, and including all other requirements incorporated by specific reference thereof. These form the Contract. ::.sl(•c The person or persons, partnership, firm, or corporation who enters into the Contract awarded him by the Owner. 7. DAYS Unless otherwise specifically stated, the term "days" will be understood to mean calendar days. 8. DRAWINGS. The term "Drawings" refers to the official Drawings, profiles, cross sections, elevations, details, and other working drawings and supplementary drawings, or reproductions thereof, sealed by the Engineer, which show the location, character, dimensions, and details of the Work to be performed. Drawings may either be bound in the same book as the Project Manual or bound separately and are a part of the Contract Documents, regardless of the method of binding. 9. ENGINEER The person or organization identified as such in the Contract. The term "Engineer" means the Engineer or his authorized representative. 10. NOTICE The term "notice" or the requirement to notify, as used in the Contract Documents or applicable state or federal statutes, shall signify a written communication delivered in person or by certified or registered mail to the individual, or to a member of the firm, or to an officer of the corporation for whom it is intended. Certified or registered mail shall be addressed to the last business address known to him who gives the notice. Section 00700 - 2 I "CCNlland Can.allinp a p Elgin..r. Inaorp.rand Fayrl.vlll., Arkan.n. I 11. OR EQUAL The term "or equal" shall be understood to indicate that the "equal" product is the same or better than the product named in the function, performance, reliability, quality, and general configuration. Determination of equality in reference to the Project design requirements will be made by the Engineer. Such "equal" products shall not be purchased or installed by the Contractor without the Engineer's written approval. 12. OWNER The person, organization, or public body identified as such in the Contract. 13. PLANS (See Drawings) 14. SPECIFICATIONS Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards, and workmanship as applied to the Work and certain administrative details applicable thereto. Where standard specifications, such as those of ASTM, AASHTO, etc., have been referred to, the applicable portions of such standard specifications shall become a part of these Contract Documents. 15. NOTICE TO PROCEED A written notice given by the Owner to the Contractor (with a copy to the Engineer) fixing the date on which the Contract time will commence to run and on which the Contractor shall start to perform his obligation under the Contract. The Notice to Proceed shall be given within 30 days following execution of the Contract by the Owner. 16. SUBSTANTIAL COMPLETION "Substantial Completion" completion of the Project Project, sufficient to discretion, the full-time portion of the Project for intended. shall be that degree of or a defined portion of the provide the Owner, at his use of the Project or defined the purposes for which it was Section 00700 - 3 L I I I L I C I I I I I I I "xw��one c Cenwn' Enp new.. ' �novOwoHO F t* y,N•, drnpnnan I I I I I CI I I I I I I I I Such substantial completion shall not relieve Contractor from liquidated damages should the Owner have added costs after the completion date, i.e., if additional construction observation, interest paid, loss of revenue, or other expenses continue to be charged to the Owner. 17. WORK The word "Work" within these Contract Documents shall include all material, labor, and tools; all appliances, machinery, transportation, and appurtenances necessary to perform and complete the Contract; and such additional items not specifically indicated or described which can be reasonably inferred as belonging to the item described or indicated and as required by good practice to provide a complete and satisfactory system or structure. As used herein, "provide" shall be understood to mean "provide complete in -place", that is, "furnish and install". 18. INTENT OF CONTRACT DOCUMENTS The Contract Documents are complementary, and what is called for by one shall be as binding as if called for by all. The intent of the Documents is to include all Work (except specific items to be furnished by the Owner) necessary for completion of the Contract. Materials or work described in words when so applied have a well-known technical and trade meaning shall be held to refer to such recognized standards. 19. DISCREPANCIES AND Any discrepancies or omissions found in the Contract Documents shall be reported to the Engineer immediately. The Engineer will clarify discrepancies or omissions, in writing, within a reasonable time. In resolving inconsistencies among two or more Sections of the Contract Documents, precedence shall be given in the following order: 1. CONTRACT 2. SUPPLEMENTARY CONDITIONS 3. SPECIFICATIONS 4. INSTRUCTIONS TO BIDDERS 5. GENERAL CONDITIONS 6. DRAWINGS. Section 00700 - 4 MCCla Hand Canpllllna Enpl OfO IA arpara"a Fa)al"villl, Arkon.a1 I 20 21. Figure dimensions on ❑rawings shall take precedence over scale dimensions. Detailed Drawings shall take precedence over general Drawings. It is understood and agreed that the Work shall be performed and completed according to the true spirit, meaning, and intent of these Documents. ALTERATIONS - CHANGES IN WORK The Owner, without notice to the Sureties and without invalidating the Contract, may order changes in the Work within the general scope of the Contract by altering, the Work, the Contract being such Work shall be executed original Contract, except as the time of ordering such adding to, or deducting from adjusted accordingly. All under the conditions of the specifically adjusted at change. In giving instructions, the Engineer may order minor changes in the Work not involving extra cost and not inconsistent with the purposes of the Project, but otherwise, except in an emergency endangering life or property, additions or deductions from the Work shall be performed only in pursuance of an approved Change Order from the Owner, signed or countersigned by the Engineer, or a Change Order from the Engineer stating that the Owner has authorized the deduction, addition, or change, and no claim for additional payment shall be valid unless so ordered. If the Work is reduced by alterations, such action shall not constitute a claim for damages based on loss of anticipated profits. VERIFICATION OF CONTRACT DOCUMENTS The Contractor shall thoroughly examine and become familiar with all of the various parts of these Contract Documents and determine the nature and location of the Work, the general and local conditions, and all other matters which can in any way affect the Work under this Contract. Failure to make an examination necessary for this determination shall not release the Contractor from the obligations of this Contract. The Contractor warrants that no verbal agreement or conversation with any officer, agent, or employee of the Owner, or with the Engineer either before or after the execution of this Contract, has affected or modified any of the terms or obligations herein contained. Section 00700 - 5 I I I I I I I I I I I I I I I I I flM CC la eland CodsJ Eo-orvw ' IaOYPa'allE Fayw1mi4, 41&0M . I I I I I El I I H I I I El H I I Li 22. DOCUMENTS TO BE KEPT ON THE JOBSITE The Contractor shall keep one copy of the Contract Documents on the jobsite, in good order, available to the Engineer and to his representatives. The Contractor shall maintain on a daily basis at the jobsite, and make available to the Engineer on request, one current record set of the Drawings which have been accurately marked up to indicate all modifications in the completed Work that differ from the design information shown on the Drawings. Upon substantial completion of the Work, the Contractor shall give the Engineer one complete set of marked up record Drawings. 23. ADDITIONAL CONTRACT DOCUMENTS The Engineer will furnish to the Contractor on request and free of charge, three copies of the Project Manual and three sets of full-size Drawings. Additional copies of the Project Manual and the Drawings may be obtained on request by paying the price as shown in the Invitation to Bid for the Contract Documents. 24. OWNERSHIP OF DRAWINGS. All Drawings, Plans, Specifications, and copies thereof furnished by the Engineer and the Owner are their property. They are not to be used on other work and, with the exception of the signed Contract set, are to be returned to them on request at the completion of the Work. Any reuse of these materials without specific written verification or adaptation by the Engineer and the Owner will be at the risk of the user and without liability or legal expense to the Engineer and the Owner. Such user shall hold the Engineer and the Owner harmless from any and all damages, including reasonable attorneys' fees, from any and all claims arising from any such reuse. Any such verification and adaptation by the Engineer and the Owner will entitle the Engineer to further compensation at rates to be agreed upon by the user and the Engineer and the Owner. All models are the property of the Owner. THE ENGINEER 25. AUTHORITY OF THE ENGINEER The Engineer shall be the Owner's representative during the construction period. His authority and responsibility shall be limited to the provisions set forth in these Contract Documents. The Engineer shall Section 00700 - 6 flMCCI.11ana Ino.rpor.fE Fay.tt. ville, Arkansas I have the authority to reject Work and material which does not conform to the Contract Documents. However, neither the Engineer's authority to act under this provision, nor any decision made by him in good faith either to exercise or not to exercise such authority, shall give rise to any duty or responsibility of the Engineer to the Contractor, any Subcontractor, their respective Sureties, and of their agents or employees, or any other person performing any of the Work. DUTIES AND RESPONSIBILITIES OF THE ENGINEER The Engineer will make periodic visits to the site of the Project to observe the progress and quality of the Work and to determine, in general, if the Work is proceeding in accordance with the intent of the Contract Documents. He shall not be required to make comprehensive or continuous inspections to check quality or quantity of the Work, and he shall not be responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the Work. Visits and observations made by the Engineer shall not relieve the Contractor of his obligation to conduct comprehensive inspection of the Work and to furnish materials and perform acceptable Work, and to provide adequate safety precautions, in conformance with the intent of the Contract. The Engineer will make decisions, in writing, on all claims of the Owner or the Contractor arising from interpretation or execution of the Contract Documents. Such decision shall be necessary before the Contractor can receive additional money under the terms of the Contract. Changes in Work ordered by the Engineer will be made in compliance with Article 20, ALTERATIONS - CHANGES IN WORK. One or more construction observers may be assigned to observe the Work for compliance with the Contract Documents and to act in matters of construction under this Contract. It is understood that such Construction observers shall have the power to issue instructions and make decisions within the limitations of the authority of the Engineer. The Contractor shall furnish all reasonable assistance required by the Engineer or construction observer for proper review of the Work. Construction observers shall not have the power of authority to delete, increase, modify or otherwise change the requirements of the Contract Documents. The above -mentioned observation shall not relieve the Contractor of his obligations to conduct comprehensive Section 00700 - 7 I I Il I I F I TI I I [] I I 11 I flgCq•iarW Enpm�w'r. , rrKso.rana l YyNHUN4• d•IYOIw I I I I I H I1 H E J H I H J H J H H Section 00700 - 8 I inspections of the Work and to furnish materials and perform acceptable Work and to provide adequate safety precautions, in conformance with the intent of the Contract. 27. REJECTED MATERIAL Any material condemned or rejected by the Engineer or his authorized construction observer because of nonconformity with the Contract Documents shall be removed at once from the vicinity of the Work by the Contractor at his own expense, and the same shall not be used on the Work. 28. UNNOTICED DEFECTS Any defective work or material that may be discovered by the Engineer before the final acceptance of Work, or before final payment has been made, or during the guarantee period, shall be removed and replaced by Work and materials which shall conform to the provisions of the Contract Documents. Failure on the part of the Engineer to condemn or reject bad or inferior Work or materials shall not be construed to imply acceptance of such Work or materials. The Owner shall reserve and retain all of its rights and remedies at law against the Contractor and its surety for correction of any and all latent defects discovered after the guarantee period. 29. RIGHT TO RETAIN IMPERFECT WORK In any part or portion of the Work done or material furnished under this Contract shall prove defective and not in accordance with the Drawings and Specifications, and if the imperfection in the same shall not be of sufficient magnitude or importance as to make the Work dangerous or unsuitable, or if the removal of such Work will create conditions which are dangerous or undesirable, the Owner shall have the right and authority to retain such Work but shall make such deductions in the final payment therefor as may be just and reasonable. The Owner shall also have the option to require, at no added cost to the Owner, extended warranties, maintenance bonds, or other remedies to provide for repair or reconstruction of imperfect Work. 30. LINES AND GRADES Lines and grades shall be established as provided in the Supplementary Conditions. All stakes, marks, and other information shall be carefully preserved by the Contractor, and in case of their careless or unnecessary MCCI. 'load ' Canwmna EMln..r. Foy.It.vlll., Ark.n.a. H destruction or removal by him or his employees, such stakes, marks, and other information will be replaced at the Contractor's expense. 31. SHOP ❑RAWINGS SUBMITTAL The Contractor shall submit six (6) copies to the Engineer for his review, such shop drawings, electrical diagrams, and catalog cuts for fabricated items and manufactured items (including mechanical and electrical equipment} required for the construction. Shop drawings shall be submitted in sufficient time to allow the Engineer not less than 20 regular working days per submittal for examining the shop drawings. These shop drawings shall be accurate, distinct, and complete and shall contain all required information, including satisfactory identification of items, units, and assemblies in relation to the Contract Drawings and Specifications. Unless otherwise approved by the Engineer, shop drawings shall be submitted only by the Contractor, who shall indicate by a signed stamp on the shop drawings, or other approved means, that he (the Contractor) has checked the shop drawings, and that the Work shown is in accordance with Contract requirements and has been checked for dimensions and relationship with Work of all other trades involved. The practice of submitting incomplete or unchecked shop drawings for the Engineer to correct or finish will not be acceptable, and shop drawings which, in the opinion of the Engineer, clearly indicate that they have not been checked by the Contractor will be considered as not complying with the intent of the Contract Documents and will be returned to the Contractor for resubmission in the proper form. When the shop drawings have been reviewed by the Engineer, two (2) sets of submittals will be returned to the Contractor appropriately stamped. If major changes or corrections are necessary, the shop drawings may be rejected and one (1) set will be returned to the Contractor with such changes or corrections indicated, and the Contractor shall correct and resubmit the shop drawings in quadruplicate, unless otherwise directed by the Engineer. No changes shall be made by the Contractor to resubmitted shop drawings other than those changes indicated by the Engineer, unless such changes are clearly described in a letter accompanying the resubmitted shop drawings. Section 00700 - 9 flN<GNband £f1p1M Ir, ra,.nnwu, Arhonmi I I I I I I [l E H I I I [I I I I I I I I I I I I I I I I I I I The review of such shop drawings and catalog cuts by the Engineer shall not relieve the Contractor from responsibility for correctness of dimensions, fabrication details, and space requirements or for deviations from the Contract Drawings or Specifications unless the Contractor has called attention to such deviations in writing by a letter accompanying the shop drawings and the Engineer approves the change or deviation in writing at the time of submission; nor shall review by the Engineer relieve the Contractor from the responsibility for errors in the shop drawings. When the Contractor does call such deviations to the attention of the Engineer, the Contractor shall state in his letter whether or not such deviations involve any deduction or extra cost adjustment. 32. ADDITIONAL DETAIL DRAWINGS AND INSTRUCTIONS The Engineer will furnish, with reasonable promptness, additional instructions by means of drawings or otherwise, if, in the Engineer's opinion, such are required for the proper execution of the Work. All such drawings and instructions will be consistent with the Contract Documents, true development thereof, and reasonably inferable therefrom. 33. INDEPENDENT CONTRACTORS The Contractor shall perform all as an Independent Contractor and as an agent of the owner or of the Contractor's subcontractors of the Owner or of the Engineer. 34. SUBCONTRACTING Work under this Contract shall nor be considered the Engineer, nor shall or employees by subagents Within 30 days after the execution of the Contract, the Contractor shall submit to the Engineer the names of all subcontractors proposed for the Work, including the names of any subcontractors that were submitted with the Proposal. The Contractor shall not employ any subcontractors that the Engineer may object to as lacking capability to properly perform Work of the type and scope anticipated. No changes will be allowed from the approved subcontractor list without written approval of the Engineer. Section 00700 - 10 flMCCNII0 M aowlsing nro? Inaa'OeraHJ Fa„Il.vlll., Arkomot I 35. The Contractor agrees that he is as the Owner for the acts and subcontractors and of persons indirectly employed by them as he omissions of persons directly empli fully responsible to omissions of his either directly or is for the acts and )yed by him. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. AND LIABILITY A. GENERAL The Contractor shall provide (from insurance companies acceptable to the Owner) the insurance coverage designated hereinafter and pay all costs. Before execution of the Contract, Contractor shall furnish the Owner with complete copies of all insurance policies and certificates of insurance specified herein showing the type, amount, class of operations covered, effective dates, and date of expiration of policies, and containing substantially the following statement. "The insurance covered by this certificate will not be canceled or materially altered, except after 30 days written notice has been received by the Owner". In case of the breach of any provision of this Article, the Owner at his option, may take out and maintain, at the expense of the Contractor, such insurance as the Owner may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Contractor under this Contract. Be CONTRACTOR AND SUBCONTRACTOR INSURANCE The Contractor shall not execute the Contract or commence Work under this Contract until he has obtained all the insurance required hereunder and such insurance has been reviewed and approved by the Owner, nor shall the Contractor allow any subcontractor to commence Work on his subcontract until insurance specified below has been obtained. Review of the insurance by the Owner shall not relieve or decrease the liability of the Contractor hereunder. Section 00700 - 11 I C I I I I I I H LI C L H I I flYaCH�IogQ lMwap, ' �naaparoNO I awn*vwo, I nanaaa I I Li I I C r H H I I I I I I 1 I C. D. 1. COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE The Contractor shall maintain during the life of this Contract the statutory Workmen's Compensation, in addition, Employer's Liability Insurance in an amount not less than $100,000 for each occurrence, for all of his employees to be engaged in Work on the Project under this Contract and, in case any such Work is sublet, the Contractor shall require the subcontractor similarly to provide Workman's Compensation and Employer's Liability Insurance for all of the latter's employees to be engaged in such Work. Where Work under this Contract includes any water or navigational exposure, coverage shall be included to cover the Federal Longshoremen's and Haborworker's Act and the Federal Jones Act. Employer's Liability Insurance shall be extended to include waiver of subrogation to the Owner. GENERAL LIABILITY INSURANCE The Contractor shall maintain during the life of this Contact such general liability, completed operations and products liability, and automobile liability insurance as will provide coverage for claims for damages for personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from performance of the Work under this Contract. The general liability policy should also specifically ensure the contractual liability assumed by the Contractor under Article Indemnification. Coverage for property damage shall be on a "broad form" basis with no exclusions for "XC & U". Amount of insurance to be provided shall be as shown below: I s - For not less than the following liability: Bodily Injury: $500,000 each occu, $500,000 aggregate Property Damage: $250,000 each occu. $250,000 aggregate Section limits of 00700 - 12 N.CI.IIand Caawllllny Eny/n..r. Inolraaral.E Fa).rbvill., Arkan.a. J F E Include the following coverage: a Waiver of all "XCU" exclusions_ o Broad Form Property Damage and Personal Injury Liability. o Independent Contractor's Coverage For not less than the following limits of liability: Bodily Injury: $ 500,000 each person $1,000,000 each occurrence Property Damage: $ 100,000 each occurrence OR Bodily Injury and Property Damage: $1,000,000 combined single limit each occurrence. Include Hired car and Non -Ownership Coverage. Contractor's Excess Umbrella policy; $1,000,000 limit of liability policy shall be provided. BUILDER'S RISK ALL-RISK INSURANCE Unless otherwise modified in the Supplementary Conditions, the Contractor shall secure and maintain during the life of this Contract, Builders Risk All Risk Insurance coverage in an amount equal to the full replacement value of structures, equipment, electrical, and mechanical systems only. Such insurance shall not exclude coverage for earthquake, landslide, flood, collapse, blasting, or loss due to the results of faulty workmanship and shall provide for losses to be paid to the Contractor, Subcontractor, and the Owner as their interests may appear. MCCI.•land EnprM.tl In o.rOvana P4y.rc.vui., Ai bn... Section 00700 - 13 I I I I I I I I J I I I C C I I 1] L1 I I H L I I Li LJ I I I I I I J F. OWNER'S AND CONTRACTOR'S PROTECTIVE LIABILITY The contractor's shall, at his expense, provide the Owner with an Owner's and Contractor's Protective Liability Insurance Policy naming the Owner as the named insured and the Engineer, its architects and engineers, and each of their officers, agents, and employees as additional insured under that policy, said policy to protect said parties from claims which may arise from operations under the Contract. Limits of policy coverage shall be: Bodily Injury: $ 500,000 each person $1,000,000 aggregate Property Damage $ 250,000 each person $ 250,000 aggregate OR $1,000,000 combined -single limit each occurrence/aggregate. G. INSURANCE COVERAGE FOR SPECIAL CONDITIONS When the construction is to be accomplished within a public or private right-of-way requiring special insurance coverage, the Contractor shall conform to the particular requirements and provide the required insurance. The Contractor shall include in his liability policy all endorsements that the said authority may require for the protection of the authority, its officers, agents and employees. Insurance coverage for special conditions, when required, shall be provided as set forth in the Supplementary Conditions. H. NO PERSONAL LIABILITY OF PUBLIC OFFICIALS In carrying out any of the provisions hereof in exercising any authority granted by the Contractor, there will be no personal liability upon any public official. 36. INDEMNITY The Contractor shall indemnify and hold harmless the Owner, the Engineer, and their agents and employees from and against damages, losses, and expenses including Section 00700 - 14 datl.fiond no glnn Enpin..r. Inoorporaf.d Fay.fl.vlll., Arkan.os C 37. 38. attorney's fees, up to the amount of the Contract price, arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury or to destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (2) is caused in whole or in part by any act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, provided that such claims, damages, losses, and expenses are not proximately caused by the negligence of any indemnitee in the design, or by the sole negligence of any indemnitee in the inspection of the Work that is the subject of this construction Contract. In any and all claims against the owner, the Engineer, or any of their agents or employees by any employee of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this Article shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for the Contractor or any subcontractor under Workmen's Compensation Acts, Disability Benefit Acts, or other Employee Benefit Acts. TAXES AND CHARGES The Contractor shall withhold and pay any and all sales and use taxes, including any and all change of taxes thereof, and all withholding taxes, whether state or federal, and pay all Social Security charges and also all State Unemployment Compensation charges, and pay or cause to be withheld, as the case may be, any and all taxes, charges, or fees or sums whatsoever, which are now or may hereafter be required to be paid or withheld under any laws. , PERMITS, AND LICENSES The Contractor shall keep himself informed of all local ordinances, as well as state and federal laws, which in any manner affect the Work herein specified. The Contractor shall at all times comply with said ordinances, laws, and regulations, and protect and indemnify the Owner, the Engineer and their respective employees, and its officers and agents against any claim or liability arising from or based on the violation of Section 00700 - 15 I I Li I I G I I I I I I I I I C I M<L N eland Cpr,Vn'n/ n rnaeri M �aer sled Fapn• ry !. , Areen ea. I I C I I I I J I 1 I I I I any such laws, ordinances, or regulations up to the amount of the Contract Price. All permits, licenses, and inspection fees necessary for prosecution and completion of the Work shall be secured and paid for by the Contractor, unless otherwise specified. 39. SUPERINTENDENCE The Contractor shall keep on the Work, during its progress, competent supervisory personnel. The Contractor shall designate, in writing, before starting Work, one authorized representative who shall have complete authority to represent and to act for the Contractor. The Contractor shall give efficient supervision to the Work, using his best skill and attention. The Contractor shall be solely responsible for all construction means, methods, techniques, and procedures, and for providing adequate safety precautions and coordinating all portions of the Work under the Contract. It is specifically understood and agreed that the Engineer, its employees and agents, shall not have control or charge of and shall not be responsible for the construction means, methods, techniques, procedures, or for providing adequate safety precautions in connection with the Work under the Contract. 40. RECEPTION OF ENGINEER'S DIRECTION The superintendent, or other duly authorized representative of the Contractor, shall represent the Contractor in all directions given to him by the Engineer. Such directions of major importance will be confirmed in writing. Any direction will be so confirmed, in each case, on written request from the Contractor. 41. SANITATION Sanitary conveniences conforming to state and local codes shall be erected and maintained by the Contractor at all times while workers are employed on the Work. The sanitary conveniences facilities shall be as approved by the Engineer. 42. EMPLOYEES The Contractor shall employ only men or women who are competent and skillful in their respective line of work. Whenever the Engineer or Owner shall notify the Contractor that any person on the Work is, in their opinion, incompetent, unfaithful, or disorderly or Section 00700 - 16 flMCCMIIOS ER9IIW• InwrDKDl.d FD/Hbvlll., Arkonw. I 43 44. refuses to carry out the provisions of this Contract or uses threatening or abusive language to any person representing the Owner on the Work, or is otherwise unsatisfactory, such person shall be immediately discharged from the Project and shall not be re-employed thereon except with the consent of the Engineer by the Owner. PROJECT MEETINGS The Engineer may conduct Project meetings, as he deems necessary, for the purposes of discussing and resolving matters concerning the various elements of the Work. Time and place for these meetings persons required to be present shall the Engineer. Contractor shall attendance requirements and shall subcontractors to comply. SAFETY and the names of be as directed by comply with these also require his The Contractor shall be solely and completely responsible for conditions of the jobsite, including safety of all persons (including employees) and property during performance of the Work. This requirement shall apply continuously and not be limited to normal working hours. Safety provisions shall conform to U.S. Department of Labor; (OSHA); the State Labor Department Laws; all other applicable federal, state, county, and local laws, ordinances, and codes; the requirements set forth below; and any regulations that may be detailed in other parts of these Documents. Where any of these are in conflict, the more stringent requirements shall be followed. The Contractor's failure to thoroughly familiarize himself with the aforementioned safety provisions shall not relieve him from compliance with the obligations and penalties set forth herein. The Contractor shall develop and maintain for the duration of this Contract, a safety program that will effectively incorporate and implement all required safety provisions. The Contractor shall appoint an employee who is qualified and authorized to supervise and enforce compliance with the safety program. The duty of the Engineer to conduct construction review of the Contractor's performance is not intended to include a review or approval of the adequacy of the Contractor's safety supervisor, the safety program, or any safety measures taken in, on, or near the construction site. MtC ii eon! .nose, m£n91n10f ora, fa ro' h rrOo, A lion"• Section 00700 - 17 [I I Li I I I H H H G I I n I I I I I I I L L The Contractor, as a part of his safety program, shall maintain at his office, or other well-known place at the jobsite, safety equipment applicable to the Work as prescribed by the aforementioned authorities, all articles necessary for giving first aid to the injured, and shall establish the procedure for the immediate removal to a hospital of a doctor's care of persons (including employees) who may be injured on the jobsite. If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to both the Engineer and the Owner. In addition, the Contractor must promptly report in writing to the Engineer all accidents whatsoever arising out of, or in connection with, the performance of the Work whether on, or adjacent to the site, giving full details and statements of witnesses. If a claim is made by anyone against the Contractor or any subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the Engineer, giving full details of the claim. ' I 45. CONTRACTOR'S TOOLS AND EQUIPMENT I I I I I F I L The Contractor's tools and equipment used on the Work shall be furnished in sufficient quantity and of a capacity and type that will safely perform the Work specified, and shall be maintained and used in a manner that will not create a hazard to persons or property, or cause a delay in the progress of the Work. 46. PROTECTION OF WORK AND PROPERTY The Contractor shall at all times safely guard the owner's property from injury or loss in connection with this Contract. The Contractor shall at all times safely guard and protect from damage his own Work, and that of adjacent property (as provided by law and the Contract Documents). All passageways, guard fences, lights, and other facilities required for protection by federal, state, or municipal laws and regulations and local conditions, must be provided and maintained. The Contractor shall protect his Work and materials from damage due to the nature of the Work, the elements, carelessness of other Contractors, or from any cause whatever until the completion and acceptance of the Work. All loss or damages arising out of the nature of the Work to be done under these Contract Documents, or from any unforeseen obstruction or defects which may be Section 00700 - 18 I wctslland ConsvlVigig Enyinssrs laaorp,ralH Fo}+rlavills, Arkansas I 48. encountered in the prosecution of the Work, or from the action of the elements, shall be sustained by the Contractor. In addition, the Contractor shall take special precautions to prevent the "flotation" of all tanks and structures prior to their final acceptance and filling for beneficial use. The Contract price shall include all costs associated with such special precautions. Also, the Contractor shall not load or permit any part of any structure to be loaded with a weight that will endanger its safety or its structural integrity. RESPONSIBILITY OF CONTRACTOR TO ACT IN EMERGENCY In case of an emergency which threatens loss or injury of property, and/or safety of life, the Contractor shall act, without previous instructions from the Owner or Engineer, as the situation may warrant. The Contractor shall notify the Engineer thereof immediately thereafter. Any claim for compensation by the Contractor, together with substantiating documents in regard to expense, shall be submitted to the Owner through the Engineer and the amount of compensation shall be determined by agreement. MATERIALS AND APPLIANCES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation, and other facilities necessary for the execution and completion of the Work. Unless otherwise specified, all material shall be new, and both workmanship and materials shall be of good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. In selecting and/or approving equipment for installation in the Project, the Owner and Engineer assume no responsibility for injury or claims resulting from failure of the equipment to comply with applicable national, state, and local safety codes or requirements, or the safety requirements of a recognized agency, or failure due to faulty design concepts, or defective workmanship and materials. Section 00700 - 19 I I L I E I I 1 I I I L L I 1 P PH,np EnQt.mon 1'Im�PP.arPe FP}Pnnl4, A•tanw. C U I I I Eli H I I U I I I I I I Section 00700 - 20 49. 50 51 CONTRACTOR'S AND MANUFACTURERS' COMPLIANCE WITH STATE SAFETY, OSHA, AND OTHER CODE REQUIREMENTS. The completed Work shall include all necessary permanent safety devices, such as machinery guards and similar ordinary safety items required by the state and federal (OSHA) industrial authorities and applicable local and national codes. Further, any features of the Work (including Owner -selected equipment) subject to such safety regulations shall be fabricated, furnished, and installed in compliance with these requirements. Contractors and manufacturers of equipment shall be held responsible for compliance with the requirements included herein. Contractors shall notify all equipment suppliers and subcontractors of the provisions of this Article. SUBSTITUTION OF MATERIALS Except for Owner -selected equipment items and items where no substitution is clearly specified, whenever any material, article, device, product, fixture, form, type or construction, or process is indicated or specified by patent or proprietary name, by name of manufacturer, or by catalog number, such specifications shall be deemed to be used for the purpose of establishing a standard of quality and facilitating the description of the material or process desired. This procedure is not to be construed as eliminating from competition other products of equal or better quality by other manufacturers where fully suitable in design, and shall be deem to be followed by the words "or equal". The Bidder may, in such cases, submit complete data to the Engineer (with his Bid Proposal, as stipulated hereinbefore) for consideration of another material, type, or process which shall be substantially equal in every respect to that so indicated or specified. Substitute materials shall not be used unless approved in writing. The Owner or his authorized agent will be the sole judge of the substituted article or material. TESTS, SAMPLES AND INSPECTIONS The Contractor shall furnish, without extra charge, the necessary test pieces and samples, including facilities and labor for obtaining the same, as requested by the Engineer. When required, the Contractor shall furnish certificates of tests of materials and equipment made at the point of manufacture by a recognized testing laboratory. [I McCla hand Cenwltin o ' Enalnaan Inaa'aarosW Fa,att.vllla. Arkansas I The Owner, Engineer, authorized government agents, and their representatives shall at all times be provided safe access to the Work wherever it is in preparation or progress, and the Contractor shall provide facilities for such access and for inspection, including maintenance of temporary and permanent access. If the Specifications, the Engineer's instructions, laws, ordinances, or any public authority requires any Work to be specially tested or approved, the Contractor shall give timely notice of its readiness for inspection. Inspections to be conducted by the Engineer will be promptly made, and where practicable, at the source of supply. If any Work should be covered up without 52. ROYALTIES AND PATENTS The Contractor shall pay all royalty and license fees, unless otherwise specified. The Contractor shall defend all suits and claims for infringement of any patent rights and shall save the Owner and the Engineer harmless from any and all loss, including reasonable attorneys' fees, on account thereof, up to the amount of the Contract Price. 53. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the Work should be stopped under an order of any court or other public authority for a period of more than 3 months, through no act or fault of the Contractor, its Subcontractors, or respective employees or agents, then the Contractor may, upon 15 days' written notice to the Owner and the Engineer, if said default has not been cured, stop Work to terminate this Contract and recover from the Owner payment for the reasonable value of Work performed. 54. CORRECTION OF DEFECTIVE WORK FOUND DURING WARRANTY PERIOD The Contractor hereby agrees to make, at his own expense, all repairs or replacement necessitated by defects in materials or workmanship, supplied under terms of this Contract, and pay for any damage to other work resulting from such defects, which become evident within 1 year after the date of final acceptance of the Work or within 1 year after the date of substantial completion established by the Engineer for specified items of equipment, or within such longer period of time as may be prescribed by law or by the terms of any applicable Section 00700 - 21 I L I I I I I I I I L I [] I I F. I I WCC,.:,aw • fannrhnp En pvot ' lnlaoe'afp h G}I Y.y A'Io,.ot [1 I I I I I H C I r I I r I I I I special guarantee required by the Contract Documents. The Contractor further assumes responsibility for a similar guarantee for all Work and materials provided by subcontractors or manufacturers of packaged equipment components. The effective date for the start of the guarantee or warranty period for equipment qualifying as substantially complete is defined in Article 16, SUBSTANTIAL COMPLETION, and Article 65, SUBSTANTIAL COMPLETION DATE, in these General Conditions. The Contractor also agrees to hold the Owner and the Engineer harmless from liability of any kind arising from damage due to said defects. The Contractor shall make all repairs and replacements promptly upon receipt of written order for same from the owner. If the Contractor fails to make the repairs and replacements promptly, the Owner may do the Work, and the Contractor and his Surety shall be liable for the cost thereof. Any additional requirements for the Project relative to correction of defective Work after final acceptance are set forth in the Supplementary Conditions. 55. BEGINNING OF THE WORK Before Work shall be started and materials ordered, the Contractor shall meet and consult with the Owner and/or Engineer relative to materials, equipment, and all arrangements for prosecuting the Work. 56. SCHEDULES AND PROGRESS REPORTS The Contractor shall submit to the Owner such schedule of quantities and costs, progress schedules, payrolls, reports, records, and other data as the Owner may request concerning Work performed or to be performed under this Contract. Construction Schedule Requirements: The Contractor shall comply with the following requirements concerning construction scheduling and payments: The Contractor shall submit a construction schedule of the bar graph type (or other approved type) prior to the pre -construction conference showing the following information as a minimum: a. Date of Notice to Proceed with Contract Work b. Actual date construction is scheduled to start if different from the date of Notice to Section 00700 - 22 NCCUlland 0 Enpino IncwparoS4 Fo)+Ibviib, drbnlus n Proceed. c. Contract completion date. d. Beginning and completion dates for each phase of Work. e. The dates at which special detail drawings are required. f. Respective dates for submission of shop drawings and the beginning of manufacture, the testing of, and the installation of materials, supplies, and equipment. g. All construction milestone dates. h. A separate graph showing Work placement in dollars versus Contract time. The schedule shall incorporate approved Contract changes. The schedule shall be maintained in an up-to-date condition monthly and shall be available for inspection at the construction site at all times. The construction schedule shall be submitted in conjunction with and/or in addition to any other requirements concerning schedule within these Specifications. 57. PROSECUTION OF THE WORK It is expressly understood and agreed that the time of beginning, rate of progress, and time of completion of the Work are the essence of this Contract. The Work shall be prosecuted at such time, and in or on such part or parts of the Project as may be required, to complete the Project as contemplated in the Contract Documents and the approved construction schedule. If the Contractor desires to carry on Work at night or outside the regular hours (7:00 a.m. to 6:00 p.m., Monday through Friday). he shall first obtain the permission of the Engineer. He shall also give timely notice to the Engineer to allow satisfactory arrangements to be made for observation of the Work in progress. If the Work to be done "after hours" requires the full-time presence of a representative of the Engineer, then the Contractor must reimburse the Owner for payments made to the Engineer for this purpose. Section 00700 - 23 I I I I I I I I I I I I I I [1 1KCr.' nd C.n.vl e.ny £nyem.ti ' ncaOwaM! F.,.r,.Yuq, dr..nw. I I I I I Cll I I I I I II I I H J The cost of additional engineering services will be based upon actual hours worked (labor cost x 3) plus out-of-pocket expenses such as lodging, mileage, materials, etc. Otherwise, the Contractor may perform clean-up work only outside of regular hours (including Saturdays and Sundays). IZQ Work will be accomplished on holidays. 58. ASSIGNMENT Neither party to the Contractor shall assign the Contract or sublet it as a whole, without the written consent of the other, nor shall the Contractor assign any monies dues or to become due to him hereunder without the previous written consent of the Owner. 59. OWNER'S RIGHT TO DO WORK If the Contractor should, in the opinion of the Engineer, neglect to prosecute the Work properly or should neglect or refuse at his own cost to take up and replace Work as shall have been rejected by the Engineer, then the Owner shall notify the Surety of the condition, and after 10 days' written notice to the Contractor and the Surety, or without notice if an emergency or danger to the Work or public exists, and without prejudice to any other right which the Owner may have under the Contract, take over that portion of the work which has been improperly executed or uncompleted, and make good the deficiencies and deduct the cost thereof from the payments then or thereafter due the Contractor, and if such payments are not sufficient thereof, charge the cost to the Contractor and its surety. 60. OWNER'S RIGHT TO TRANSFER EMPLOYMENT If the Contractor should abandon the Work or should be adjudged bankrupt, or if he should make a general assignment for the benefit of his creditors, of if a receiver should be appointed on account of his insolvency, or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workers or proper materials, or if he should fail to make prompt payment to subcontractors for material or labor, or persistently disregard laws, ordinances,or the instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the Contract or any laws or ordinance, then the owner may, without prejudice to any other right or remedy, and after giving the Contractor and Surety 7 days' written notice, Section 00700 - 24 flYOCNIIond Conal/Iny Enpnwn Inoorywand Fayo"evllle, Arkonwo n transfer the employment for said Work from the Contractor to the Surety. Upon receipt of such notice, such Surety shall enter upon the premises and take possession of all materials, tools, and appliances thereon for the purpose of completing the Work included under this Contract and employ, by Contract and otherwise, any qualified person or persons to finish the Work and provide the materials therefore, in accordance with the Contract Documents, without termination of the continuing full force and effect of this Contract. In case of such transfer of employment to such Surety, the Surety shall be paid in its own name on estimates according to the terms hereof without any right of the Contractor to make any claim for the same or any part thereof. If after the furnishing of said written notice to the Surety, the Contractor and the Surety still fail to make reasonable progress on the performance of the Work, the Owner may terminate the employment of the Contractor and take possession of the premises and of all materials, tools and appliances, thereon and finish the Work by whatever method he may deem expedient and charge the cost thereof to the Contractor and Surety. In such case, the Contractor shall not be entitled to receive any further payment until the Work is finished. If the expense of completing the Contract, including compensation for additional managerial and administrative services, shall exceed such unpaid balance, the Contractor and the Surety shall pay the difference to the Owner. 61. DELAYS AND EXTENSION OF TIME If the Contractor is delayed in the progress of the Work by any separate Contractor employed by the Owner, or by strikes, lockouts, fire, excessive adverse weather conditions not reasonably anticipated (on the basis of official weather records from the past ten years minimum, from the locality involved), or acts of God, the Contractor shall, within 48 hours of the start of the occurrence, give written notice to the Owner of the cause of the potential delay and estimate the possible time extension involved, and within 7 days after the cause of the delay has been remedied, the Contractor shall give written notice to the Owner of any actual time extension requested as a result of the aforementioned occurrence; then the Contract time may be extended by change Order for such reasonable time as the Engineer determines. It is agreed that no claim shall be made or allowed for any damage which may arise out of any delay caused by the above referenced acts or occurrences, other than claims for the appropriate extension of time. Section 00700 - 25 I I I I H I I I I I I I I I wc,, n Tana Cen,u�nna Fnp'M'r, ... noerOa•a1M Fo)v'.' U. Ar.o.w. , I I I U I I r I I I I H 62. I I I I No extension of time will be granted to the Contractor for delays occurring to parts of the Work that have no measurable impact on the completion of the total Work under this Contract; nor will extension of time be granted for delays to parts of Work that are not located on the critical path if the Critical Path Method (CPM) is used for scheduling the Work. No extension of time will be considered for weather conditions normal to the area in which the Work is being performed. Unusual weather conditions, if determined by the Engineer to be a severity that would stop all progress of the Work, may be considered as cause for an extension of Contract completion time. The Contractor shall provide official documentation of weather conditions experienced versus those anticipated as described above. Delays in delivery of equipment or material purchased by the Contractor or his subcontractors (including Owner -selected) equipment shall not be considered as a just cause for delay. The Contractor shall be fully responsible for the timely ordering, scheduling, expediting, delivery, and installation of all equipment and materials. Within a reasonable period after the Contractor submits to the Owner a written request for an extension of time, the Engineer will present his written opinion to the Owner as to whether an extension of time is justified, and, if so, his recommendation as to the number of days for time extension. The Owner will make the final decision on all requests for extension of time. In no event shall the Contractor be entitled under this Contract to collect or recover any damages, loss, or expense incurred by any delay other than as caused by the Owner, as stipulated in Article 73, NOTICE OF CLAIM FOR DELAY. LIQUIDATED DAMAGES The Work shall begin at the time stated in the Notice to Proceed issued by the Owner to the Contractor and shall be completed within the number of consecutive calendar days, or by the calendar date, stated in the accepted Proposal and Contract. The time shall be computed from and including the date stated in the Notice to Proceed. It is agreed that time is of the essence of this Contract. Section 00700 - 26 MCCN flood ca,.o Sting Efglnodn Inoorporand Fonn.vilf., Ar*Onn I The Contractor agrees that said Work shall be prosecuted regularly, diligently, and uninterruptedly at such rate or progress as will insure full completion thereof within the time specified. It is expressly understood and agreed, by and between the Contractor and the Owner, that the time for the completion of the Work described herein is a reasonable time for the completion of the same, taking into consideration the average climatic range and usual construction conditions prevailing in this locality. If the Contractor shall neglect, fail, or refuse, to complete the Work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree, as a part consideration for the awarding of this Contract, a penalty put as liquidated damages for such breach of Contract, as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the Contract for completing the Work. The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages which the Owner would in such event sustain, and said amount shall be retained from time to time by the Owner from current periodic pay estimates. 63. OTHER CONTRACTS The Owner reserves the right to let other Contracts in connection with the Work. The Contractor shall afford other Contractors reasonable opportunity for the introduction and storage of their materials and the execution of their Work and shall properly connect and coordinate his Work with theirs. If any part of the Work under this Contract depends on the prior acceptable completion of Work by others under separate Contract(s), the Contractor shall inspect and promptly report to the Engineer any defects in such Work that would adversely affect the satisfactory completion of the Work under this Contract. The Contractor's failure to so inspect and report shall constitute acceptance of the Work by others as being suitable for the proper reception and completion of the Work under this Contract, excluding, however, those defects in the Work by others that occur after the satisfactory completion of the Work specified hereunder. Section 00700 - 27 I G I LJ H H I I I I I Li I I [TI Mttf•and Ga wfrrnp Ens rnLVra I Inp1.pI+E I El I I I I Li I I I I I I I [1 I I I 64. USE OF PREMISES The Contractor shall confine his equipment, the storage of materials, and the operation of his workers to limits shown on the Drawings or indicated by law, ordinances, permits, or directions of the Engineer, and shall not unreasonably encumber the premises with his materials. The Contractor shall provide, at his own expense, the necessary rights -of -way and access to the Work which may be required outside the limits of the owner's property. 65. SUBSTANTIAL COMPLETION DATE The Engineer may, at his sole discretion, issue a written notice of substantial completion for the purpose of establishing the starting date for specific equipment guarantees, and to establish the date that the Owner will assume the responsibility for the cost of operating such equipment. Said notice shall not be considered as final acceptance of any portion of the Work or relieve the Contractor from completing the remaining Work within the specified time and in full compliance with the Contract Documents. Such substantial completion shall not relieve the Contractor from liquidated damages should the Owner have added costs after the completion date, i.e., if additional construction observation, interest paid, loss of revenue, or other expenses continue to be charged to the Owner. Substantial completion of an operating facility shall be that degree of completion that will provide a minimum of 7 continuous work days of successful operation in which all performance and acceptance testing has been successfully demonstrated to the Engineer. All equipment contained in the Work, plus all other components necessary to enable the Owner to operate the facility in the manner that was intended, shall be complete on the substantial completion date. See "SUBSTANTIAL COMPLETION" under Article DEFINITIONS, of these General Conditions. 66. PERFORMANCE TESTING operating equipment and systems shall be performance tested in the presence of the Engineer to demonstrate compliance with the specified requirements. Performance testing shall be conducted under the specified design operating conditions or under such simulated operating conditions as recommended or approved by the Engineer. Section 00700 - 28 flMcCI. gland cons, lien g Elgln..r. IncarOoraNd Fay.H.vill.o Arkansas I Schedule such testing with the Engineer at least 1 week in advance of the planned date for testing. 67. OWNER'S USE OF PORTIONS OF THE WORK The Owner shall have the right to take possession of and use any completed or partially completed portions of the Work. Such use shall not be considered as final acceptance of any portion of the Work, not shall such use be considered as cause for an extension of the Contract completion time, unless authorized by a Change Order issued by the Owner. 68. CUTTING AND PATCHING 69. 70. The Contractor shall do all cutting, fitting, or patching of his Work that may be required to make its several parts come together properly and fit it to receive or be received by Work of other Contractors shown upon or reasonable implied by the Drawings. Any defective Work or material, performed or furnished by the Contractor, that may be discovered by the Engineer before the final acceptance of the Work or before final payment has been made, shall be removed and replaced or patched, in a manner as approved by the Engineer at the expense of the Contractor. CLEANING UP The Contractor shall, at all times, at his own expense, keep property on which Work is in progress and the adjacent property free from accumulations of waste material or rubbish caused by employees or by the Work. Upon completion of the construction, the Contractor shall at his own expense, remove all temporary structures, rubbish, and waste materials resulting from his operations. PAYMENT FOR CHANGE ORDERS Payment or credit for any alternations covered by a Change Order shall be determined by one or a combination of the methods set forth in A, B, or C below as applicable: A. UNIT PRICES. If applicable, those unit prices stipulated in the Proposal, shall be utilized. If such Unit Prices are not applicable, the Contractor and Owner may utilize Unit Prices as mutually agreed upon. Section 00700 - 29 I I I I I I I I I I I I I I I I flMCC 1. !oM Cmwrnu p fnvieun ' lnmpaal.J FCrab V? A konds I I I I I I I I J I I I [] I I B. LUMP SUM. A total lump sum for the Work may be negotiated as mutually agreed upon by the Contractor and Owner. In "A" and "B" above, Contractor's quotations for Change Orders shall be in writing and firm for a period of 90 days. Any compensation paid in conjunction with the terms of a Change Order shall comprise total compensation due the Contractor for the Work or alteration defined in the Change Order. By signing the Change Order, the Contractor acknowledges that the stipulated compensation includes payment for the Work or alteration plus all payment for the interruption of schedules, extended overhead, delay or any other impact claim or ripple effect, and by such signing specifically waives any reservation or claim for additional compensation in respect to the subject of the Change Order. The Owner's request for quotations on alterations to the Work shall not be considered authorization to proceed with the Work prior to the issuance of a formal Change Order, nor shall such request justify any delay in existing Work. Lump Sum quotations for alterations to the Work shall include substantiating documentation with an itemized breakdown of Contractor and subcontractor costs, including labor, material, rentals, approved services, overhead, and profit calculated as specified under "C" below. C. FORCE ACCOUNT WORK. If the method of payment cannot be agreed upon prior to the beginning of the Work, and the Owner or the Engineer directs that the Work be done by written Change Order or on a force account basis, then the Contractor shall furnish labor, equipment, and materials necessary to complete the Work in a satisfactory manner and within a reasonable period of time. For the Work performed, payment will be made for the documented actual cost of the following: 1. Labor, including foremen, who are directly assigned to the force account Work: (actual payroll cost, including wages, fringe benefits as established by negotiated labor agreements, labor insurance, and labor taxes as established by law). No other fixed labor burdens will be considered, unless approved in writing by the Owner. Section 00700 - 30 7 MaCSilo nd Consulting o g Enginor, Inaarasrotsd Fa)sttovllls, Arkansas I E I] fl 5. Material delivered and used on the designated Work, including sales tax, if paid by the Contractor or his subcontractor. Rental, or equivalent rental cast of equipment, including necessary transportation for items having a value in excess of $100. Additional bond, as required and approved by the Owner. Additional insurance (other than labor insurance) as required and approved by the Owner. Ta costs under 70C, FORCE ACCOUNT WORK, there will be added the following fixed fees for the Contractor or subcontractor actually performing the Work. A fixed fee not to exceed 15 percent of the cast of all items above. The added fixed fees shall be considered to be full compensation, covering the cost of general supervision, overhead, profit, and any other general expense. The Owner reserves the right to furnish such materials and equipment as he deems expedient, and the Contractor shall have no claim for profit or added fees on the cost of such materials and equipment. For equipment under Item 3 above, rental or equivalent rental cost will be allowed for only those days or hours during which the equipment is in actual use. Rental and transportation allowances shall not exceed the current rental rates prevailing in the locality. The rentals allowed for equipment will, in all cases, be understood to cover all fuel, supplies, repairs, and renewals, and no further allowances will be made for those items, unless specific agreement to that effect is made. The Contractor shall maintain his records in such a manner as to provide a clear distinction between the direct cost of Work paid for a force account basis and the costs of other operations. The Contractor shall furnish the Engineer report sheets in duplicate of each day's force account Work no Section 00700 - 31 I Lii I C L I I LJ I [I I I I I flCMt McCh i.aeE MCc Enpin.�n i, nmpwa�C heya tb mP,, A' kc nlaa 1l I I I I I I I Lii I [] I I I I I 71 later than the working day following the performance of said Work. The daily report sheets shall itemize the materials used, and shall cover the direct cost of labor and the charges for equipment rental, whether furnished by the Contractor, subcontractor, or other forces. The daily report sheets shall provide names or identifications and classifications of workers, the hourly rate of pay and hours worked, and also the size, type, and identification number of equipment and hours operated. Material charges shall be substantiated by valid copies of vendors' invoices. Such invoices shall be submitted with the daily report sheets, or, if not available, they shall be submitted with subsequent daily report sheets. Said daily report sheets shall be signed by the Contractor or his authorized agent. To receive partial payments and final payment for force account Work, the Contractor shall submit in a manner approved by the Engineer, detailed and complete documented verification of the Contractor's and any of his subcontractors' actual current costs involved in the force account Work pursuant to the issuance of an approved Change Order. Such costs shall be submitted within 30 days after said Work has been performed. No payment will be made for Work billed and submitted to the Engineer after the 30 -day period has expired. No extra or additional Work shall be performed by the Contractor, except in an emergency endangering life or property, unless in pursuance of a written Change Order, as provided in Article 20, ALTERATIONS - CHANGES IN WORK. A. GENERAL Nothing contained in this Article shall be construed to affect the right, hereby reserved, to reject the whole or any part of the aforesaid Work, should such Work be later found not to comply with the provisions of the Contract Documents. All estimated quantities of Work for which partial payments have been made are subject to review and correction on the final estimate. Payment by the Owner and acceptance by the Contractor of partial payments Section 00700 - 32 McC.IIatW fl (bn.altin y Fay tt.vdlq Arkansas I C. based on periodic estimates of quantities of Work performed shall not in any way, constitute acceptance of the estimated quantities used as the basis for computing the amounts of the partial payments. For public works projects, each partial payment request and final payment request shall contain an affidavit by the Contractor that all provisions of the applicable federal and state requirements regarding apprentices and payment of prevailing wages have been complied with by him and by his Subcontractors. B. ESTIMATE AND PAYMENT Before the first working day of each calendar month, the Contractor shall submit to the Engineer a detailed estimate of the amount earned for the separate portions of the Work, and request payment. As used in this Article, the words "amount earned" means the value, on the date of the estimate for partial payment, of the Work completed in accordance with the Contract Documents, and the value of approved materials delivered to the Project site suitably stored and protected prior to incorporation into the Work. If the Contractor's estimate of amount earned conforms with the Engineer's evaluation, the Engineer will calculate the amount due the Contractor and make recommendation to the Owner for payment. An estimate of monthly progress payments shall be provided for the entire job prior to the first payment request. An update of the estimate of progress payments shall be updated if the actual progress differs by more than 20 percent in any given month. Each monthly payment request shall include the required updated Schedule. If the updated Schedule is not submitted, the Owner may withhold payment until this item is completed. The Contractor shall be paid within 30 days of approval of the payment request. DEDUCTION FROM ESTIMATE Unless modified in the Supplementary Conditions, deductions from the estimate will be as described below. The Owner will deduct from the estimate, and retain as part security, 10 percent of the amount earned for Work satisfactorily completed. However, no deduction or retainage will be made on the approved items of material delivered to and properly stored at the jobsite but not incorporated into the Work. When the Work is 50 percent complete, the Owner may "freeze" the retainage at 5 Section 00700 - 33 I L I I I 1 I I I I I I I I I I Li flMKSkiia+E Cnnwln np oei car"f naro•M (a)It,v' 4, At karts Li I I I I I I I I I I I L I Section 00700 - 34 I D percent of the dollar value of the total contract provided that the Contractor is making satisfactory progress and there is no specific cause for a greater retainage. The Owner may reinstate the retainage up to 10 percent of the dollar value of "Work complete to date" if the Owner determines, at his discretion, that the Contractor is not making satisfactory progress or where there is other specific cause for such withholding. OTE: Exception -- If the Work includes water or sewer pipelines, the Contractor shall maintain the Work for a period of ninety (90) days following its acceptance by OWNER. Up to five percent (5%) of the Contract amount shall be retained during this maintenance period. All prior payments shall be subject to correction in the final payment. This 90 -day period does not relieve the Contractor of the Performance and Payment Bond requirements regarding warranty of the Project. In such cases, the semi-final payment estimate shall indicate the initial acceptance of the Work, and the warranty shall begin on such date. QUALIFICATION FOR PARTIAL PAYMENT FOR MATERIALS DELIVERED Unless modified in the Supplementary Conditions, qualification for partial payment for materials delivered but not yet incorporated into the Work shall be as described below. Materials, as used herein, shall be considered to be those items which are fabricated or manufactured materials and equipment. To receive partial payment for materials delivered to the site, but not incorporated in the Work, it shall be necessary for the Contractor to include invoices of such materials and documentation warranting that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein; all of which must be satisfactory to Owner. At the time of the next partial payment request, the Contractor must submit the following documentation relative to materials paid on the previous partial payment: paid invoices of such materials or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests, and encumbrances (i.e., all materials have been paid for by Contractor). Failure to submit this documentation will result in an appropriate reduction on the current partial payment estimate for such materials. MCG.II.nd ' t.nwlfing tnqffi..n r. Ioe.rporD.r.gJ F.ywbvnll., Ar..n.e. I At his sole discretion, the Engineer may approve items for which partial payment is to be made. Proper storage and protection shall be provided by the Contractor, and as approved by the Engineer. Final payment shall be made only for materials actually incorporated in the Work and, upon acceptance of the Work, all materials remaining for which advance payments had been made shall revert to the Contractor, unless otherwise agreed, and partial payments made for these items shall be deducted from the final payment for the Work. E. PAYMENT After deducting the retainages and the amount of all previous partial payments made to the Contractor, the amount earned as of the current month will be made payable to the Contractor within 30 days of the Owner's receipt of an approved request, except where the Owner is a municipality or other agency whose laws require the approval of each payment by a council or similar body, in which case, the payment shall become due and payable 10 days after the first regularly -scheduled meeting in the month following the submittal of such payment request. 72. CLAIMS In any case where the Contractor deems additional compensation is due him for Work or materials not clearly covered in the Contract or not ordered by the Engineer according to provisions of Article 20, ALTERATIONS - CHANGES IN WORK, the Contractor shall notify the Engineer, in writing, of his intention to make claim, in order that such matters may be settled, if possible, or other appropriate action promptly taken. If such notification is not given or the Engineer is not afforded proper facilities by the Contractor for keeping strict account of actual cost, then the Contractor hereby agrees to waive the claim for such additional compensation. Such notice by the Contractor, and the fact that the Engineer has kept account of the cost as aforesaid, shall not in any way be construed as proving the validity of the claim. Claims for additional compensation shall be made in itemized detail and submitted, in writing, to the Owner and Engineer within 10 days following completion of that portion of the Work for which the Contractor bases his claim. In case the claim is found to be just, it shall be allowed and paid for as provided in Article 70, PAYMENT FOR CHANGE ORDERS. Section 00700 - 35 MCC led ad — - lnm'Oorflp I I P I H I I I I I I I F I I II I I I I I I I I I I I I I I I 11 73. NOTICE OF CLAIM FOR DELAY If the Contractor intends to file a claim for additional compensation for delay caused by the Owner at a particular time, he shall file a notice of claim with the Owner within 7 days of the beginning of the occurrence. The notice of claim shall be in duplicate, in writing, and shall need not state the amount. No claim for additional compensation will be considered unless the provisions of Article 61, DELAYS AND EXTENSION OF TIME, are complied with, and a notice of claim has been filed with the Owner in writing, as stated above. Should the Owner be prevented or enjoined from proceeding with Work or from authorizing its prosecution either before or after its prosecution, by reason of any litigation, the Contractor shall not be entitled to make or assert claim for damage by reason of said delay; but time for completion of the Work will be extended to such reasonable time as the Owner may determine will compensate for time lost by such delay, with such determination to be set forth in writing. 74. RELEASE OF LIENS OR CLAIMS The Contractor shall indemnify and save harmless the Owner from all claims for labor and materials furnished under this Contract. Prior to the final payment, the Contractor shall furnish to the Owner, as part of his final payment request, an affidavit that all of the Contractor's obligations on the Project have been satisfied and that there are no unpaid taxes, liens, vendors' liens, rights to lien or any other type of claim against the Project, and that the hourly wages paid to all persons on the Project were in accordance with the applicable wage scale determinations. 75. FINAL PAYMENT Upon completion of all of the Work under this Contract, the Contractor shall notify the Engineer, in writing, that he has completed his part of the Contract and shall request final inspection. Upon receipt of the Contractor's written notice that the Work is ready for final inspection, the Engineer shall make such inspection and shall submit to the Owner his recommendation as to acceptance of the completed Work and as to the final estimate of the amount due the Contractor under this Contract. Upon approval of this final estimate by the Owner and compliance with provisions in Article 74, MCCNllarW nwlln0 Enplrw.rs Inaoryaralsd Fa,allavilla, Arlansas Section 00700 - 36 I 76 77 RELEASE OF LIENS OR CLAIMS, and other provisions as may be applicable, the Owner shall pay to the Contractor all monies due him under the provisions of these Contract Documents. On contracts for public works, final payment of the retained percentage will not be made until the Contractor has also furnished the applicable apprenticeship wage certification. NO WAIVER OF RIGHTS Neither the inspection of the Owner, through the Engineer or any of his employees, nor any order by the Owner for payment of money, nor any payment for, or acceptance of, the whole or any part of the Work by the Owner or Engineer, nor any extension of time,nor any possession taken by the Owner or its employees shall operate as a waiver of any provision of this Contract, or any power herein reserved to the Owner, or any right to damages herein provided nor shall any waiver of any breach in this Contract be held to be a waiver of any other or subsequent breach. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE The acceptance by the Contractor of the final payment shall release the Owner and the Engineer, as agent of the Owner, from all claims and all liability to the Contractor for all things done or furnished in connection with the Work, and every act of the Owner and others relating to or arising out of the Work. No payment, however, final or otherwise, shall operate to release the contractor or his Sureties from obligations under this Contract and the Performance and Payment Bonds, and other bonds and warranties, as herein provided. e Ci W lfi oQ ncsw ~ fa Tr,.vtlu, A,Remo. I I I I I I I I I I Section 00700 - 37 ' r I I I H I I I I [I I I C SECTION 00800 SUPPLEMENTARY CONDITIONS GENERAL The Contractor's attention is directed to Division 1, GENERAL REQUIREMENTS, which contains other directions pertinent to the project. REVISIONS AND ADDITIONS TO THE GENERAL CONDITIONS The GENERAL CONDITIONS are hereby revised as follows: ARTICLE 9. "ENGINEER" Wherever in these Documents the word "Engineer" appears, it Shall be understood to mean McClelland Consulting Engineers, Inc., acting either directly or indirectly as authorized agents of the Owner. ARTICLE 12. "OWNER" OWNER Wherever in these Documents the word "Owner" appears, it shall be understood to mean the City of Fayetteville, whose address is City Administration Building, Fayetteville, Arkansas 72701. ARTICLE 14. "SPECIFICATIONS" Add the following: FEDERAL, STATE, COUNTY, AND LOCAL STANDARD SPECIFICATIONS Where portions of the work traverse or adjoin local streets, railroads, or Federal property, and the agency in control of such property has established standard specifications governing items of work that differ from these Specifications, the most stringent requirements shall apply. The Contractor shall comply with all regulations and requirements of the Fayetteville Street Department, and Arkansas Highway Department wherever the work traverses or crosses City streets and State highways. ARTICLE 22. "DOCUMENTS TO BE KEPT ON THE JOBSITE" Add the following: Failure of the Contractor to submit accurate Record Drawings Section 00800 - 1 yapa11and fi,n. OlflnanryaraW FotMvIfl., ArSanaan F to the Engineer will be adequate justification for postponement of the Final Inspection and Final Payment. ARTICLE 30. "LINES AND GRADES" Delete the first sentence and add the following: All construction staking shall be done by the Contractor at the Contractor's expense. The ENGINEER shall provide one bench mark elevation at the project site for the Contractor's use. ARTICLE 31. "SHOP DRAWING SUBMITTAL PROCEDURE" Delete the first sentence in the first paragraph and substitute the following: The Contractor shall submit a sufficient number of copies to allow the Engineer to retain four copies (2 for himself; 2 for the Owner) for review, such shop drawings, electrical diagrams, and catalog cuts for fabricated items and manufactured items (including mechanical and electrical equipment) required for construction, except as noted below: After the first paragraph, add the following: Should the Contractor fail to submit acceptable shop drawings on the second submittal, one copy will be returned to him and the cost of the Engineer's time to review subsequent submittals on the unacceptable item will be deducted from the Contractor's monthly payment invoice. ARTICLE 35. "INSURANCE AND LIABILITY", SUBARTICLE "BUILDERS RISK ALL RISK INSURANCE" Delete the following coverages from the General Conditions: Loss caused by earthquake Builders Risk is not required ARTICLE 35. "INSURANCE AND LIABILITY" Add to subarticle entitled "GENERAL" the following: SURETY AND INSURER QUALIFICATIONS All bonds, insurance contracts, and certificates of insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance company, having his Section 00800-2 I I I I I I I I 11 I I I 11 I I M'CS'FI nC Lbn1vlpa' —aa fl,.fl vHN, A,kr J I I I I I II H I I I I I L Section 00800 -3 place of business in the State of Arkansas, and in all ways complying with the insurance laws of the State of Arkansas. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Arkansas. After ARTICLE 38. "ORDINANCES, PERMITS, AND LICENSES" Add the following: OCCUPATIONAL SAFETY AND HEALTH The Contractor shall observe and comply with all applicable local, state, and federal occupational safety and health regulations during the prosecution of work under this Contract. In addition, full compliance by the Contractor with the U. S. Department of Labor's Occupational Safety and Health Standards, as established in Public Law 91-596, will be required under the terms of this Contract. ARTICLE 44. "SAFETY" After this Article, add the following: PUBLICITY No information relative to the Work shall be released by the Contractor, either before or after completion of the Work, for publication or for advertising purposes without the prior written consent of the Owner and the Engineer. REPORTING OF ACCIDENTS The Contractor shall submit a written report to the Engineer of any accident or injury occurring at the Construction Site. ARTICLE 46. "PROTECTION OF WORK AND PROPERTY" Add the following: PRESERVATION OF MONUMENTS AND STAKES In the event that the stakes and marks placed by the Engineer are destroyed through carelessness on the part of the Contractor, and that the destruction of these stakes and marks causes a delay in the work, the Contractor shall have no claim for damages or extensions of time. In the case of any permanent monuments or bench marks which must of necessity be removed or disturbed in the construction of the work, the Contractor shall carefully protect and preserve the same until they can be properly referenced and relocated. The Contractor MaCNllana ' ngh nla/ EM1nNn bi Ptralad Fapnavifi, Arkarraaa I shall also furnish at his own expense such materials and assistance as are necessary for the proper replacement of monuments or bench marks that have been moved or destroyed. The Contractor shall engage a Licensed Professional Land Surveyor to reestablish the Right -of -Way monuments and/or property corner monuments if destroyed or damaged by the Contractors operations. The cost for these services shall be considered subsidiary to the project cost. ARTICLE 57. "PROSECUTION OF WORK" OVERTIME PAYMENT Overtime hours shall be considered any hours worked by the Contractor in excess of 40 hours from Monday through Friday and/or any time on Saturday, Sunday, and legal holidays, which in the Owner's opinion requires the Engineer's resident observer's presence to observe such overtime work. If the Contractor elects to schedule and perform overtime work upon receiving written permission from the Owner and Engineer, the cost to the Owner for the overtime engineering observation for the overtime hours will be deducted from the amount due to the Contractor on the monthly Contractors pay estimate form. Overtime shall be rounded off to the nearest half hour and the unit cost shall be as stated in the Proposal with the number of hours stated used to establish a cost for this project. ARTICLE 57. "PROSECUTION OF THE WORK" Add the following: NEGLECTED WORK If the Contractor should fail to prosecute the Work in accordance with the Plans and Specifications, including any requirements of the progress schedule, the Owner, after seven days' written notice to the Contractor, may without prejudice to any other remedy he may have make good such deficiencies, and the cost thereof (including compensation for additional professional services) shall be charged against the Contractor if the Engineer approves such action, in which case a Change Order shall be issued incorporating the necessary revisions in the Contract Documents including an appropriate reduction in the Contract Price. If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor shall pay the difference to the Owner. Section 00800 -4 I I Li I I I I I I 1 I J I I MCCM'Iono CenwiPt, nl A n... In n.rPxerN Feyrf.v,;M, Anon... I I I I I I I I Li I I I I I TI AFTER ARTICLE 57. "PROSECUTION OF THE WORK" Add the following: STANDARDIZATION AND UNIFORMITY OF EQUIPMENT AND CERTAIN MATERIALS To ensure standardization and uniformity in all parts of the work under this Contract, like items of materials shall be the products of one manufacturer. Uniformity in certain like material items is required in order to provide the Owner with a simplified spare materials inventory, and a standardized procedure for maintenance care and manufacturers' services. The Contractor shall inform his suppliers and subcontractors of these requirements, and shall provide the necessary coordination to accomplish the standardization specified. ARTICLE 61. "DELAYS AND EXTENSION OF TIME" Add the following phrase in the first sentence of the first paragraph following "adverse weather conditions are not reasonably anticipated": (on the basis of official weather records from the past ten years, minimum, for the locality involved) Add the following paragraph following the second paragraph: The Contractor acknowledges and agrees that mitigation for delays due to changes, differing site conditions, and suspensions of work will require that the Contractor revise preferential sequences which had the net effect of sequestering "float time", before proposing an updated schedule which supports a delay to the Contract as a whole. Further, time extensions shall not be granted until all "float" or "contingency time", at the time of the delay, available to absorb specific delays and associated impacts is used. ARTICLE 61. "DELAYS AND OF TIME" After the 3rd paragraph, add the following: AVAILABILITY OF SPECIFIED ITEMS By submitting his Proposal to perform the work herein specified, the Contractor agrees that the materials/equipment specified are available for construction of the project within the time frame(s) stipulated herein. Further, the Contractor Section 00800-5 Nat"Iliad aramn En/leeere 1 n leorperaw Fa)elleellle, Arkamw I thereby agrees that time extension requests/cost increases shall not be justified upon the basis of non -availability of materials/equipment. ARTICLE 62. "LIQUIDATED DAMAGES" To the first sentence, second paragraph, add the following: ..., plus any monies paid by the Owner to the Engineer for additional engineering and inspection services associated with such delays. Following the first sentence, second paragraph, add: Reimbursement shall be based on the Engineer's salary costs times a multiplier of 2.92 to cover overhead and profit, plus any direct nonlabor expenses such as travel or per diem. The Engineer's salary costs include expenses such as travel or per diem. The Engineer's salary costs include but are not limited to such items as paid holidays, sick pay, and vacation pay. ARTICLE 70. "PAYMENT FOR CHANGE ORDERS" Add the following paragraph following Item B in the first paragraph: The amount of credit to be allowed by Contractor to Owner for any such change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in the Contractor's fee by an amount equal to ten percent of the net decrease: and Change the First sentence of the next paragraph to: In A and B above, Contractor's quotations for Change Orders shall be submitted in writing within 30 calendar days of a Contract Modification Initiation Request, and be firm for a period of 90 days. Add the following sentence to the next paragraph: Substantiating documentation shall consist of such items as price quotations from manufacturers, suppliers and subcontractors, including a breakdown of their estimates similar to that required of the Contractor. Substantiating documentation shall also consist of the record of communication of final bid prices obtained during the bid period for those items involved in the change for both those additive and deductive items. Section 00800- 6 Li I H I I I n I [1 11 I I I I I Li YcCSfSnd CennqfiiRQ £nvn.Fn lnoR'RerRNQ Fafl"RvrUa ArMnw H H I I I I U I I I H I I Add the following sentence following the first sentence of subparagraph C.1.: Labor as used herein shall not include Contractor engineering, cost estimating or administrative costs, including general project management, whether performed in the Contractor's home office or on the jobsite, for change orders processing, cost estimating, negotiating or other such costs. Such costs are included in the allowed fixed fee stated below. ARTICLE 71. "PARTIAL PAYMENTS" SUBARTICLE "ESTIMATE" Retitle "ESTIMATE AND PAYMENT" Add the following: An estimate of monthly progress payments shall be provided for the entire job prior to the first payment request. An update of the estimate of progress payments shall be updated if the actual progress differs by more than 20 percent in any given month. Each monthly payment request shall include the required, updated Schedule. If the updated Schedule is not submitted, the Owner may withhold payment until this item is completed. The Contractor shall be paid within 30 days of approval of the payment request. SUBARTICLE "DEDUCTION FROM ESTIMATE" Add the following: When the work is substantially complete (operational or beneficial occupancy), the retained amount may, at the option of the Owner, be further reduced below 5 percent to only that amount necessary to assure completion. Section 00800-7 MCC"HIand CanaaltIn Paara inoery rots FaHtMvItM, Aria. I I H H I C I I I I H H C SECTION 01000 PART 1 GENERAL A. Whenever in these Contract Documents the following abbreviations are used, the intent and meaning shall be interpreted as follows: AA Aluminum Association AAMA Architectural Aluminum Manufacturers' Association AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute AFBMA Anti -Friction Bearing Manufacturers' Association AGA American Gas Association AGMA American Gear Manufacturers' Association AISC American Institute of Steel Construction AISI American Institute of Steel Institute AITC American Institute of Timber Construction MICA Air Moving and Conditioning Association ANSI American National Standards Institute APA American Plywood Association API American Petroleum Institute AREA American Railway Engineering Association ASAE American Society of Agricultural Engineers ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air -Conditioning Engineers, Inc. ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials AWI Architectural Woodwork Institute AWS American Welding Society AWPA American Wood Preservers' Association AWPB American Wood Preservers Bureau AWWA American Water Works Association BHMA Builders Hardware Manufacturers' Association CBMA Certified Ballast Manufacturers' Association CDA Copper Development Association CISPI Cast Iron Soil Pipe Institute CMAA Crane Manufacturers' Association of America CRSI Concrete Reinforcing Steel Institute EPA Environmental Protection Agency Section 01000 - 1 MaCNllaad ' Unwllllay rlaaari IncerOaraNd Fa)aINHII., Araamoa I Fed. Spec. Federal Specifications HI Hydraulic Institute HMI Hoist Manufacturers' Institute ICBO International Conference of Building Officials IEEE Institute of Electrical and Electronics Engineers, Inc. ICEA Insulated Cable Engineers' Association ISA Instrument Society of America JIC Joint Industry Conferences of Hydraulic Manufacturers MMA Monorail Manufacturers' Association NBHA National Builders' Hardware Association NEC National Electrical Code NEMA National Electrical Manufacturers' Association NESC National Electric Safety Code NFPA National Fire Protection Association NLMA National Lumber Manufacturers' Association NWMA National Woodwork Manufacturers' Association CECI Overhead Electrical Crane Institute OSHA Occupational Safety and Health Act (both Federal and State) PS Product Standards Section - U.S. Department of Commerce RLM FILM Standards Institute, Inc. RNA Rubber Manufacturers' Association SAE Society of Automotive Engineers SDI Steel Door Institute SSPC Steel Structures Painting Council TEMA Tubular Exchanger Manufacturers' Association TCA Tile Council of America UBC Uniform Building Code UL Underwriters' Laboratories, Inc. WWPA Western Wood Products Association Section 01000 - 2 1 I Li I I I I I L C I L I I I I u CIell and -- n f t Iffowp d v M Fyrir.yllle, Afblse. L I [1 I I I L I I I 7 L L I I B. Unless a particular issue is designated, all references to the above specifications, standards, or methods shall, in each instance, be understood to refer to the issue in effect (including all amendments) on the first published date of the Advertisement for Bids. END OF SECTION Section 01000 - 3 MGCNIICM cmWilln0 F.IgIMCG/ InLarplralW Fa)IfIlWl11, Ark0111W I I I I] I I I C Li I I I I Li SECTION 01009 SUMMARY OF WORK PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. This Section describes the project in general, and provides overview of the extent of the work to be performed. Detailed requirements and extent of work is stated in the applicable Specification Sections and is shown on the Drawings. The Contractor shall, except as otherwise specifically stated herein or in any applicable parts of the Contract Documents, provide and pay for all labor, materials, equipment, tools, construction equipment, and other facilities and services necessary for proper execution, and completion of his work. 1.02 REASONABLY IMPLIED PARTS OF THE WORK SHALL BE DONE THOUGH ABSENT FROM SPECIFICATIONS A. Any part of the work which is not mentioned in the Specifications but is shown on the Drawings, or any part not shown on the Drawings but described in the Specifications, or any part not shown on the Drawings nor described in the Specifications, but which is necessary or normally required as a part of such work, or is necessary or required to make each installation satisfactorily and legally operable, shall be performed by the Contractor as incidental work without extra cost to the Owner, as if fully described in the Specifications and shown on the Drawings, and the expense thereof shall be included in the applicable unit prices or lump sum bid for the work. 1.03 DESCRIPTION OF THE PROJECT A. Work covered by these Contract Documents in general covers the construction of the following facilities: 1. Construction of water and sewer system improvements. o Relocation of 12" water main o Relocation of service lines and water meters o Connection of existing waterlines o Relocation of 6 and 8 -inch sewer lines o Construct new manholes o Install new sewer service lines o Abandon existing manholes Mapauand E IN Fo)a"aflla, Arkonaaa I PART 2 PRODUCTS Not Used. PART 3 CONTRACTOR'S RESPONSIBILITIES 3.01 GENERAL CONSTRUCTION WORK A. The Contractor shall execute all work, including site, electrical, structural, painting, piping, equipment, and finishes. B. The Contractor shall also: 1. Provide temporary sanitary toilet facilities. 2. Pay for any electrical energy consumed for construction purposes. 3. Provide telephone service for his own use and for the Engineer's use. 4. Provide an adequate supply of potable drinking water for use by his employees and by the Engineer. 5. Also, the Contractor shall comply with the requirements of Section 01500, included hereinafter. C. The Contractor shall protect all street right-of-way and property corner monuments. All monuments which are disturbed or destroyed shall be replaced by the Contractor. The right-of-way or property monuments shall be reset by a Professional Land Surveyor. 3.02 DRAWINGS A. Drawings are bound separately and consist of 11 sheets. END OF SECTION I I I I I I H I C L I I I I I peagllfaf MrOarala! Fafma Mlle, A rSruar I I I I I I I I I I I J I I I I I I SECTION 01011 SITE CONDITIONS PART 1 GENERAL 1.01 SITE INVESTIGATION AND REPRESENTATION A. The Contractor acknowledges by submission of his Bid that he has satisfied himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads, and uncertainties of weather, river stages, or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during the prosecution of the work and all other matters which can in any way affect the work or the cost thereof under this Contract. B. The Contractor further acknowledges by submission of his Bid that he has satisfied himself as to the character, quality, and quantity of surface and subsurface materials to be encountered from inspecting the site. Any failure by the contractor to acquaint himself with all the available information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully performing the work. C. Prospective Bidders are invited, make subsurface investigations, excavation, as may be desirable, such work be scheduled by appoin Bidders are not authorized to during these investigations. at their own expense, to by boring or test hole provided, however, that tment with the Engineer. enter private property D. In the event subsurface or latent physical conditions are found materially different from those indicated in these Documents, and differing materially from those ordinarily encountered in the project area and generally recognized as inhering in the character of work covered in these Contract Documents, the contractor shall promptly, and before such conditions are disturbed, notify the Engineer in writing of such changed conditions. E. The Engineer will investigate such conditions promptly and following this investigation, the Contractor shall proceed with the work, unless otherwise instructed by the Engineer. If the Engineer finds that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required for performing the MOCMtSnd dWJIIIftQ lMInOOn IneerOOrOMO Fay~10O, Ark._— II work, the Engineer will recommend to the Owner the amount of adjustment in cost and time he considers reasonable. The Owner will make the final decision on all Change Orders to the Contract regarding any adjustment in cost or time for completion. 1.02 EXISTING UTILITIES A. Utilities into the vicinity of the project include water lines, sewer lines, television, gas, telephone and electric lines. Information is shown on the Drawings relative to the general location of these utilities. The general vicinity of water mains is indicated on the Drawings. Since specific utility locations are not shown on the Drawings, the Contractor shall carefully coordinate the location of utilities. No compensation will be paid to the Contractor, due to costs associated with damages to utilities or to costs associated with locating/avoiding same. 1.03 CONTRACTOR'S RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE A. Notify all utility offices that are affected by the construction operation at least 48 hours in advance. Under no circumstances expose any utility without first obtaining permission from the appropriate agency. Once permission has been granted, locate, expose, and provide temporary support for all existing underground utilities. B. The Contractor shall be solely and directly responsible to the Owner and operators of such properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage which may result from the construction operations under this Contract. C. Neither the Owner nor its officers or agents shall be responsible to the Contractor for damages as a result of the Contractor's failure to protect utilities encountered in the work. D. In the event of interruption to utility services as a result of accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with said authority in restoration of service as promptly as possible and bear all costs of repair. In no event shall interruption of any utility service be allowed outside working hours unless granted by the owner of the utility. I I I I C I I I I I I I rcGM V«r MaariroiN FwIFNW, Arb� Li I Li I I I I I I I I L I I I I I E. Drainage culverts that are removed or damaged by the Contractor shall be replaced in kind at the expense of the Contractor. F. The Contractor shall replace, at his own expense, any and all existing utilities or structures damaged during construction. 1.04 NAMES OF KNOWN UTILITIES SERVING THE AREA A. The following is a list of the major public utilities serving the work area indicating the name and telephone number of the responsible authority of the various utilities which should be notified if conflicts or emergencies arise during the progress of the work: Name Authority Telephone Water & Sewer Fayetteville Water and Sewer Dept. 501-521-8050 Telephone Southwestern Bell Enterprise 9800 1-800-482-8998 Gas Arkansas Western Gas 501-521-5400 Electricity Southwestern Electric Power Company Cable TV Warner Cable 1.05 FIELD RELOCATION 501-521-2400 501-521-7730 A. During the progress of construction, minor relocations of the work may become necessary. Such relocations shall be made only by direction of the Engineer. If existing structures are encountered that will prevent construction as shown, notify the Engineer before continuing with the work in order that the Engineer may make such field revisions as necessary to avoid conflict with the existing structures. If the Contractor shall fail to notify the Engineer when an existing structure is encountered, and shall proceed with the work despite this interference, he shall do so at his own risk and expense. 1.06 CONSTRUCTION ON PRIVATE PROPERTIES A. The Owner has obtained easements for the pipeline routes. The vast majority of this work is being completed on private property. The Contractor shall protect and/or restore improvements on these properties, including rxNllaee looa Fey I vlllo, Arto,sas ol structures, rock walls, fences, drives, culverts, fruit and ornamental trees and shrubs, and grass in yards and pasture lands. Failure to do so will result in retainage of funds otherwise due the Contractor, as necessary to compensate property owners for damages and/or to pay restoration costs. 1.07 PAYMENT A. No separate payment will be made for work under this Section. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used SID OF SECTION Cbawr/lla/ Cepaaa . Fa)aMYI S. A.boaaw SECTION 01014 PROTECTION OF THE ENVIRONMENT PART 1 GENERAL 1.01 WORK AREAS I 1 1 I 1 1 1 1 A. The Contractor shall maintain all work areas within and outside the project boundaries free from environmental pollution which would be in violation to any federal, state, or local regulations. 1.02 PROTECTION OF SEWERS A. Take adequate measures to prevent the impairment of the operation of the existing sewer system. Prevent construction material, pavement, concrete, earth, or other debris from entering a sewer or sewerage structure. 1.03 PROTECTION OF WATERWAYS A. The Contractor shall observe the rules and regulations of the State of Arkansas and agencies of the United States Government prohibiting the pollution of stream or river waters by dumping of any refuse, rubbish, or debris therein. B. All sewage flow interfering with construction and requiring diversion, shall be diverted to sewers leading to water pollution control plants and shall not be directed to any waterway. The Contractor shall not cause or permit any action to occur which would cause an overflow to an existing waterway. The Owner does not accept any responsibility for any damages to public or private property resulting therefrom. Such responsibilities remain with the Contractor. C. The Contractor shall be responsible for providing an approved method which will handle, carry through, or divert around his work all flows, including storm flows so as to prevent flooding damage to the property. 1.04 A. The Contractor shall construct, maintain, and operate all channels, flume, drain, sumps, pumps, and/or other temporary diversion and protection works, shall furnish all materials required therefor, and shall furnish, install, maintain, and operate all necessary pumping and Section 01014 - 1 YcCNllana turGbnwn'. ImoOrparaliorww aC Fay.HrWlla, Arkun as I other equipment for the environmentally -safe removal and disposal of water from the various parts of the work. 1.05 PROTECTION OF AIR QUALITY A. Trash burning will not be permitted on the construction site. B. If temporary heating devices are necessary for protection of the work, such devices shall be of an approved type that will not cause pollution of the air. 1.06 CONSTRUCTION NOISE CONTROL A. The Contractor shall conduct all appropriate construction methods and furnish and install acoustical barriers, so that no noise emanating from the related tool or equipment will exci levels. 1.07 NIGHTTIME WORK his work, use equipment, and all as necessary process or any ?ed legal noise A. If the Contractor desires to perform any work between the hours of 6 P.M. and 7 A.M., he shall obtain approval of the Engineer and all necessary permits from the appropriate agencies and make all necessary arrangements prior to commencing. 1.08 A. PART 2 PART 3 Payment for the work in this section will be included as part of the applicable bid amounts stated in the Proposal. PRODUCTS Not Used EXECUTION Not Used END OF SECTION YCCN?Cand Ces�ul Nn/ Ory new ncsPKatid F.J'r MHe, A'S Section 01014 - 2 I H [J I I I I I I I C I I J L I I H I I H I I I I I I I I SECTION 01016 SAFETY REQUIREMENTS AND PROTECTION OF PROPERTY PART 1 GENERAL 1.01 CONTRACTOR'S RESPONSIBILITY FOR SAFETY A. The Contractor shall do whatever work is necessary for safety and be solely and completely responsible for conditions of the jobsite, including safety of all persons (including employees) and property during the Contract period. This requirement shall apply continuously and not be limited to normal working hours. 1.02 FEDERAL, STATE, AND LOCAL SAFETY REQUIREMENTS A. Safety provisions shall conform to the Federal and State Department of Labor occupational Safety Health Act (OSHA), and all other applicable federal, state, county, and local laws, ordinances, codes, the requirements set forth herein, and any regulations that may be specified in other parts of these Contract Documents. Where any of these are in conflict, the more stringent requirements shall be followed. The Contractor's failure to thoroughly familiarize himself with the aforementioned safety provisions shall not relieve him from compliance with the obligations and penalties set forth therein. 1.03 SAFE ACCESS BY FEDERAL, STATE, AND LOCAL GOVERNMENT OFFICIALS A. The Contractor shall at all times provide proper facilities for safe access to the work by authorized officials. 1.04 SAFETY EQUIPMENT A. The Contractor, as part of his safety program, shall maintain at his office or other well-known place at the jobsite, safety equipment applicable to the work as prescribed by the governing safety authorities, all articles necessary for giving first -aid to the injured, and shall establish the procedure for the immediate removal to a hospital or a doctor's care of any person who may be injured on the jobsite. Section 01016 - 1 MOCK11OM Lbeeultl ER —e Iaav9-- FO)Obrllle, Arkansas I B. The performance of all work and all completed construction, particularly with respect to ladders, platforms, structure openings, scaffolding, shoring, lagging, machinery guards and the like, shall be in accordance with the applicable governing safety authorities. 1.05 ACCIDENT REPORTS A. If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to the Engineer. In addition, the Contractor must promptly report in writing to the Engineer all accidents whatsoever arising out of, or in connection with, the performance of the work whether on, or adjacent to, the site, giving full details and statements of witnesses. B. If a claim is made by anyone against the Contractor or any subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the Engineer, giving full details of the claim. 1.06 TRAFFIC SAFETY AND ACCESS TO PROPERTY A. Comply with all rules and regulations of the city, state, and county authorities regarding closing or restricting the use of public streets or highways. No public or private road shall be closed, except by express permission of the Owner. Conduct the work so as to assure the least possible obstruction to traffic and normal commercial pursuits. The convenience of the general public and residents adjacent to the project, and the protection of persons and property are of prime importance and shall be provided for in an adequate and satisfactory manner. B. When flagmen and guards are required by regulation or when deemed necessary for safety, they shall be furnished with approved orange wearing apparel and other regulation traffic control devices. 1.07 TRAFFIC CONTROL A. Traffic control procedures and devices used on all local, county, and state rights -of -way shall meet the requirements of the applicable current laws and regulations for traffic control. Section 01016 - 2 I I I I Li I I I I I I Li [1 I I -1 I M CM I Dead Ia0vAM01M fd1vtI.v(I i., A PIANO I IIACCESS FOR POLICE LI I I I I I I LIB I L C1 I A. The Contractor shall leave his night emergency telephone number or numbers with the Police Department and Sheriff's offices, so that contact may be made easily at all times. 1.09 FIRE PREVENTION AND PROTECTION A. The Contractor shall perform all work in a fire -safe manner and shall supply and maintain on the site adequate fire -fighting equipment capable of extinguishing incipient fires. The Contractor shall comply with applicable federal, local, and state fire -prevention regulations. Where these regulations do not apply, applicable parts of the National Fire Prevention Standards for Safeguarding Building Construction Operations, (NFPA No. 241) shall be followed. 1.10 CONTRACTOR TO SAFEGUARD EXISTING UTILITIES A. The Contractor shall perform all work, including excavation, dewatering, and demolition operations, in such a manner as to avoid damage to existing fire hydrants, power poles, lighting standards, and all other existing utilities, public or private. See Section 01011, SITE CONDITIONS. 1.11 PROTECTION OF PUBLIC PROPERTY A. The Contractor shall employ such means and methods as necessary to adequately protect public property and property of the Owner against damage. In the event of damage to such property, the Contractor shall, at his own expense, immediately restore the property to a condition equal to its original condition and to the satisfaction of the Engineer and the owner of said property. B. The Contractor shall exercise due care to avoid damage to existing pipe and coatings, wrappings, conduit, or other existing utilities. Should the Contractor damage or displace any of the above, the Contractor shall repair same to the satisfaction of the Engineer and all expenses in connection therewith shall be borne solely by the Contractor. 11.12 USE OF EXPLOSIVES A. The use of explosives is not allowed for this project. Section 01016 - 3 MOCI.Ilorid ommIHndfnM e ;r0 m 1nnapnrcNd FC17Hnn11N, Arkon nn 1.13 JOINT SURVEY TO ESTABLISH AUTHENTICITY OF POSSIBLE DAMAGE CLAIMS A. The Contractor shall establish vertical and horizontal survey control points on all structures, and improvements, located in the vicinity of the blasting work prior to beginning work, and shall periodically check the points for movements when directed by the Engineer. The Contractor shall furnish the Engineer with copies of the survey notes for each survey and a copy of the layout of the survey control points. 1.14 PAYMENT A. No separate payment will be made for work under this Section. PART 2 PRODUCTS Not Used PART 3 EXECUTION Nat Used END OF SECTION Section 01016 - 4 .gbq fnn0" IIIN�w`af�f FOTIIMBi, A/boMM I I I I I [1 I I I I I I I Iri I LI I SECTION 01027 APPLICATIONS FOR PAYMENT PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Procedures for preparation and submittal of Applications for Payment. 1.02 RELATED REQUIREMENTS A. Document 00500 - Owner -Contractor Agreement: Contract Sum , Amounts of Progress Payments, and Retainages, and times for submittals. B. Section 01300 - Submittals: Submittal procedures; Schedule of Values. C. Section 01700 - Contract Closeout: Final Payment. 1.03 FORMAT A. The Contractor shall furnish, at the preconstruction conference, a breakdown of the lump sum bid amount into individual work subgroups to facilitate payment. Dollar amounts shall be provided for each subgroup and these amounts shall accurately reflect the actual value of each subgroup. The total dollar amount shall equal the lump sum amount bid for Contract Section I. For the work, provide the following listing: Subgroup Number; Description of Work; Value, Previous Applications; Work in Place; Stored Materials; Authorized Change Orders; Total Completed and Stored to Date of Application; Percentage of Completion; Balance to Finish; Retainage, and Amount Due This Estimate. 1.04 PREPARATION OF APPLICATION A. Type required information or use media -driven printout. B. Execute certification by signature of authorized officer. C. Provide dollar value in each column for each line item for portion of Work performed and for stored products. D. List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item of Work. Section 01027 - 1 SCSI Sand 6nw lgn/ naIarfralad Fayallavllla, Arkansas E. Prepare Application for Final Payment as specified in Section 01700. 1.05 SUBMITTAL PROCEDURES A. Submit five copies of each Application for Payment at times stipulated in Agreement. B. Submit under transmittal letter specified in Section 01300. 1.06 SUBSTANTIATING DATA A. Provide an invoice from the Equipment Supplier for every item of stored material for which payment is requested. B. When Engineer requires substantiating information, submit data justifying line item amounts in question. C. Provide one copy of data with cover letter for each copy of submittal. Show Application number and date, and line item by number and description. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION Section 01027 - 2 McCs (did CaiaTha Ull>rOM H FayeH.MIN, Arta... I I I I SECTION 01028 CHANGE ORDER PROCEDURES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Procedures for processing Change Orders. 1.02 RELATED REQUIREMENTS A. Section 01700 - Contract Closeout: Project record documents. 1.03 SUBMITTALS A. Submit name of the individual authorized to accept changes, and to be responsible for informing others in Contractor's employ of changes in the Work. B. Change Order Form: As approved by the Engineer. 1.04 DOCUMENTATION OF CHANGE IN CONTRACT SUM AND CONTRACT TIME A. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. B. Provide data to support computations: 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from Contract, similarly documented. C. Support each claim for additional costs, and for work done, with additional information: 1. Origin and date of claim. 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. Section 01028 - 1 I YCCNIIand a. 11;7 aari [nin InaaryaroNd FCJa/NY111a. Arnaaaaa I LJ 1.05 PRELIMINARY PROCEDURES A. Engineer may submit a Proposal Request which includes: Detailed description of change with supplementary or revised ❑rawings and Specifications, the projected time for executing the change and the period of time during which the requested price will be considered valid. B. Contractor may initiate a change by submittal of a request to Engineer describing the proposed change with a statement of the reason for the change, and the effect on Contract Sum and Contract Time with full documentation. 1.06 CONSTRUCTION CHANGE AUTHORIZATION - WORK ❑IRECTIVE CHANGE A. Engineer may issue a directive, instructing Contractor to proceed w Work, for subsequent inclusion in a B. Directive will describe changes in designate method of determining any Sum or Contract Time. signed by Owner, ith a change in the Change Order. the Work, and will change in Contract C. Promptly execute the change in Work. 1.07 TIME AND MATERIAL - FORCE ACCOUNT CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits in Conditions of the Contract. B. Engineer will determine the change allowable in Contract Sum and Contract Time as provided in Conditions of the Contract. 1.08 EXECUTION OF CHANGE ORDERS A. Engineer will issue Change Orders for signatures of parties as provided in Conditions of the Contract. 1.09 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum as shown on Change Order. B. Promptly enter changes in Project Record Documents. Section 01028 - 2 I I I I I I I I 11 I C I I I I wccmile G1pwilHn� In�orpVaflC FaNninfi 1, ♦rkon.o L PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION Section 01028 - 3 fba.ulrin/ Eny/n..r. In..rp.ral.C Foy.lgrlll., Arkansas SECTION 01070 CUTTING AND PATCHING PART 1 GENERAL 1.01 SCOPE A. This Section includes the work required to provide complete, in place, cutting, fitting, and patching of new and existing work. 1.02 GENERAL A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.03 DESCRIPTION A. Execute cutting (including excavating), fitting, or patching of work, required to: 1. Make the several parts fit properly. 2. Uncover work to provide for installation of ill-timed work. 3. Remove and replace work not conforming to requirements of Contract Documents. 4. Remove and replace defective work. 5. Install specified work in existing construction. B. In addition to Contract requirements, upon written instructions of Engineer: 1. Uncover work to provide for Engineer's observation of covered work. 2. Remove samples of installed materials for testing. 3. Remove work to provide for alteration of existing work. 4. Do not endanger any work by cutting or altering work or any part of it. Section 01070 - 1 MCCM/111n/ cmWit, / Enpnoon IMbrporalo0 Fo,+INW11., Arkonoai I S. Do not cut or alter work of another contractor without written consent of Engineer 1.04 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL REQUIREMENTS. 1.05 SUBMITTALS A. Prior to cutting which affects structural safety of project, submit written notice to the Engineer and other Prime Contractors, requesting consent to proceed with cutting. B. Prior to "extra" cutting and patching done on instruction of Engineer, submit cost estimate. C. Should conditions of work, or schedule, indicate change of materials or methods, submit written recommendation to Engineer, including: 1. Conditions indicating change. 2. Recommendations for alternative materials or methods. 3. Submittals as required for substitutions. 4. Submit written notice to Engineer, designating time work will be uncovered, to provide for observation. I I I I i I I PART 2 MATERIALS E ' Not Used PART 3 EXECUTION Not Used END Or SECTION Section 01070 - 2 I 1 I I I I MSCMfland DwpflS FOJ/IlnifM, Arkansasnsasmw I Ii [ ,I F l: I I I SECTION 01210 PRECONSTRUCTION CONFERENCES 1.01 REQUIREMENTS INCLUDED A. Contractor participation in preconstruction conferences. 1.02 RELATED REQUIREMENTS A. Section 01009 - Summary of Work: Administrative provisions. 1.03 PRECONSTRUCTION CONFERENCE A. Engineer will schedule conference within 15 days after notice of award. B. Attendance: Owner, Engineer and Contractor. IC. Agenda: 1. Submittal of executed bonds and insurance ' certificates. 2. Execution of Owner -Contractor Agreement. 3. Distribution of Contract Documents. 4. Submittal of list of subcontractors, list of t products, schedule of values, and progress schedule. 5. Designation of responsible personnel. 6. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal requests, change orders, and Contract closeout procedures. 7. Scheduling. I I I I PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION YCCNINaM MwINn/ fapMara Fay.Mavllb, Arkon n Section 01210 - 1 I [1 I C SECTION 01300 SUBMITTALS DURING CONSTRUCTION I PART 1 GENERAL ' 1.01 SUBMITTALS H L C 7 U H C A. This Section outlines in general the items that the Contractor must prepare or assemble for submittal during the progress of the work. Costs for the work under this Section shall be included in the Contractor's bid price. There is no attempt herein to state in detail all of the procedures and requirements for each submittal. The Contractor's attention is directed to the individual Specification sections in these Contract Documents which may contain additional and special submittal requirements. The Owner reserves the right to direct and modify the procedures and requirements for submittals as necessary to accomplish the specific purpose of each submittal. Should the Contractor be in doubt as to the procedure, purpose, or extent of any submittal, he should direct his inquiry to the Engineer. 1.02 ADMINISTRATIVE SUBMITTALS A. The Contractor shall provide all of the submittals required by the General Conditions, Supplementary Conditions, and as may be specifically required in other parts of these Documents. ' IPART 2 TECHNICAL SUBMITTALS 2.01 GENERAL Li I 'I A. Requirements in this Section are in addition to any specific requirements for submittals specified in other Divisions and Sections of these Contract Documents. B. Submittals to the Engineer shall be addressed to: McClelland Consulting Engineers, Inc.; Attn: Mr. Wayne Jones, P.O. Box 1229, Fayetteville, Arkansas 72702. C. Submitted data shall be fully sufficient in detail for determination of compliance with the Contract Documents. Section 01300 - 1 C MCCNlland Gbnwroln/ EAInnra InwflraknY Fc,alf.Hlla, Arkansan I D. Review, a schedules, procedures not add to which may obligation �ceptance, or approval shop drawings, lists submitted or requested by the Contract amount, and result therefrom she of the Contractor. of of the all 11 substitutions, materials, and Contractor shall additional costs be solely the E. The Owner is not precluded, by virtue of review, acceptance, or approval, from obtaining a credit for construction savings resulting from allowed concessions in the work or materials therefore. F. It shall not be the responsibility of the Owner to provide engineering or other services to protect the Contractor from additional costs accruing from such approvals. G. No equipment or material for which listings, drawings, or descriptive material is required shall be fabricated, purchased, or installed until the Engineer has on hand copies of such approved lists and the appropriately stamped final shop drawings. H. Submittals will be acted upon by the Engineer as promptly as possible, and returned to the Contractor not later than the time allowed for review in SHOP DRAWING SUBMITTAL PROCEDURE. Delays caused by the need for resubmittals shall not constitute reason for an extension of Contract time. 2.02 SHOP DRAWING SUBMITTAL PROCEDURE A. See General and Supplemental Conditions. 2.03 TRANSMITTAL OF CONTRACTOR'S SUBMITTAL FORM A. Each shop drawing submittal shall be accomplished by a Transmittal of Contractor's Submittal form. The form shall be completely filled in with all applicable information; failure to do so shall result in immediate rejection of the submitted items. 2.04 SHOP DRAWING REQUIREMENTS A. Shop drawings referred to herein shall include shop drawings and other submittals for both shop and field -fabricated items. The Contractor shall submit, as applicable, the following for all prefabricated or manufactured structural, mechanical, electrical, plumbing, process systems, and equipment: Section 01300 - 2 u I LI 1 I C .1 I 1 I I I .rc=MIInt n r. .ira I fnNn.en iOJurMWllAr..,,... I C I Li Li C I I I IT] I 17 H C C II I 1. GENERAL a. Shop drawings or equipment drawings, including dimensions, size and location of connections to other work, and weight of equipment. b. Catalog information and cuts. c. Installation or placing drawings for equipment, drives, and bases. d. Supporting calculations for equipment and associated supports, or hangers required or specified to be designed by equipment manufacturers. e. Complete manufacturer's specifications, including materials description and paint system. f. Performance data. g. Suggested spare parts list with current price information. h. List of special tools required for checking, testing, parts replacement, and maintenance. (Special tools are those which have been specially designed or adapted for use on parts of the equipment, and which are not customarily and routinely carried by maintenance mechanics.) i. List of special tools furnished with the equipment. j. List of materials and supplies required for the equipment prior to, and during start-up. 1. List of materials and supplied furnished with the equipment. m. Samples of finish colors for selection. n. Special handling instructions. o. Requirements for storage and protection prior to installation. p. Requirements for routine maintenance required prior to start-up. Section 01300 - 3 ucCS (land Rawl/ . Esylnasn InoorFsrsga Fa)s1MNlla, Arkansas q. List of all requested exceptions to the Contract Documents. 2.05 SUBMITTALS REQUIRED FOR FOREIGN -MANUFACTURED ITEMS A. In addition to the submittal requirements stated above, suppliers of foreign -manufactured items shall submit the names and addresses of companies within the United States that maintain technical service representatives and complete inventory of spare parts and accessories for each foreign -made item proposed for incorporation into the work. Failure to prove the foregoing capabilities shall be just cause for rejection of the foreign -manufactured items. 2.06 RECORD DRAWINGS A. The Contractor shall maintain a current set of record drawings on the job site, indicating all changes in the work. These drawings shall be the contract plans with changes shown in red and shall be turned over to the Engineer at the end of the job. The Engineer will prepare a set of Record Drawings for the project which will include the changes made in materials, equipment, locations, and dimensions of the work. Two weeks prior to Final Inspection, the Contractor shall submit to the Engineer a current listing and description including marked -up prints of each change incorporated into the work since the preceding submittal. 2.07 SUBMITTAL OF INTERFACE INFORMATION (CONNECTION AND CORRELATION WITH OTHER WORK) A. Where called for on the Specifications, and as determined necessary by the Engineer to provide proper correlation with other equipment, complete interface information shall be submitted. This interface information shall be accurate, and contain all information necessary to allow the completion of detail design and construction of the interfacing or connecting work. The Contractor shall include in his negotiation for subcontract work, such agreements as may be necessary to ensure the accuracy of subcontractor's interface submittal information. In the event additional costs are incurred due to subsequent changes to information given in said interface information, such additional costs shall be borne by the Contractor. Section 01300 - 4 I I I C I C I H H H H I i L I IaaslaroN/ FammWlfa. A Fku w r I I u Li Li I 11 I I I LI I I 2.08 OPERATION AND MAINTENANCE (O&M) MANUALS A. The Contractor shall furnish four copies of a complete instruction manual for installation, operation, maintenance, and lubrication requirements for each component of mechanical and electrical equipment or system. All equipment manufacturers shall be made aware of these requirements and all associated costs shall be included in the costs for furnishing the equipment or system. Each instruction manual furnished shall be fixed in hard -back cover or file folder which is clearly labeled to designate the system or equipment for which it is intended with reference to the building and equipment number, and the Specification section where the item is specified. The Engineer will assemble the instruction manuals for all mechanical and electrical equipment into one main Operation and Maintenance (O&M) Manual for the entire project. B. The manuals shall be furnished at least 30 calendar days prior to the scheduled completion of the work but in no case shall submission of the manuals be delayed beyond 95 percent completion point of the work. Submission of the manuals shall precede any payment to the Contractor for work completed in excess of the 95 percent completion level. Any deficiencies found by the Engineer to exist in the manuals submitted shall be corrected by the Contractor within 30 calendar days following notification by the Engineer of the deficiencies. C. Each instruction manual shall include, but not be limited to, the following: 1. Diagrams and illustrations 2. Detailed description of the function of each principal component of the system. 3. Performance and nameplate data 4. Installation instructions 5. Procedure for starting 6. Proper adjustment 7. Test procedures 8. Procedure for operating 9. Shutdown instructions Section 01300 - 5 LI scclallars ' (bnwlleln9 (II/IMN! InoernroM Faparlarllla, Arkonaaa 10. Emergency operating instructions and troubleshooting guide 11. Safety precautions 12. Maintenance and overhaul instructions which shall include detailed assembly drawings with part numbers, parts list, instructions for ordering spare parts, and complete preventive maintenance instructions required to ensure satisfactory performance and longevity of the equipment. 13. Lubrication instructions which shall list points to be greased or oiled, shall recommend type, grade, and temperature range of lubricants, and shall recommend frequency of lubrication. D. The manual shall be complete in all respects for all equipment, controls, accessories, and associated appurtenances. E. Each copy of the manual shall be assembled in one or more binders, each with title page, typed table of contents, and heavy section dividers with numbered index tabs. Each manual shall be divided into sections paralleling the equipment Specifications. Binders shall be three-ring, hard -back type. All data shall be punched for binding and composition and printing shall be arranged so that punching does not obliterate any data. The project title, Division designation, and manual title printed thereon shall be as furnished by the Engineer. F. Where more than one binder is required, they shall be labeled "Vol. 1", Vol. 2", and so on. The table of contents for the entire set, identified by volume number, shall appear in each binder. G. Manuals shall be transmitted to the Engineer prior to installation of the equipment and all equipment shall be serviced in accordance with the manufacturer's recommendations prior to operation. A service record shall be maintained on each item of equipment and shall be delivered to the Engineer prior to final acceptance of the project. 2.09 SAMPLES AND TEST SPECIMENS A. Where required in the Specifications, test specimens or samples of materials, appliances, and fittings to be used or offered for use in connection with the Work shall be Section 01300 - 6 I I I I I I I C L L 11 I I I L I I Y/CNINM OP4Mflln/ ' q yIfYN/ Fa,.INMfN •rt . C H n 1 H I I H 1 I I I 1 I I SCSI Stood pMaNNR/ t Eiplaaan IRRor/araRN FReattnUl•, Arkoms submitted to the Engineer at the Contractor's expense, with information as to their sources, with all cartage charges prepaid, and in such quantities and sizes as maybe required for proper examination and tests to establish the quality or equality thereof, as applicable. B. All samples and test specimens shall be submitted in ample time to enable the Engineer to make any tests or examinations necessary without delay to the work. The Contractor will be held responsible for any loss of time due to his neglect or failure to deliver the required samples to the Engineer, as specified. C. The Contractor shall submit additional samples as required by the Engineer to ensure equality with the original approved sample and/or for determination of Specification compliance. D. Laboratory tests and examinations that the Owner elects to make at its own laboratory will be made at no cost to the Contractor, except that, if a sample of any material or equipment proposed for use by the Contractor fails to meet the Specifications, the cost of testing subsequent samples shall be borne by the Contractor. E. All tests required by the Specifications to be performed by an independent laboratory shall be made by an approved laboratory. Certified test results of all specified tests shall be submitted in duplicate to the Engineer. The samples furnished and the cost for the laboratory services shall be at the expense of the Contractor and included in the prices bid for the associated work. 2.10 CERTIFICATES OF COMPLIANCE A. A Certificate of Compliance shall be furnished for materials specified to a recognized standard or code prior to the use of any such materials in the work. The Engineer may permit the use of certain materials or assemblies prior to sampling and testing if accompanied by a Certificate of Compliance. The certificate shall be signed by the manufacturer of the material or the manufacturer of assembled materials and shall state that the materials involved comply in all respects with the requirements of the Specifications. A Certificate of Compliance shall be furnished with each lot of material delivered to the work and the lot so certified shall be clearly identified in the certificate. Section 01300 - 7 L H. All materials used on the basis of a Certificate of Compliance may be sampled and tested at any time. The fact that material is used on the basis of a Certificate of Compliance shall not relieve the Contractor of responsibility for incorporating material in the work which conforms to the requirements of the Contract Documents and any such material not conforming to such requirements will be subject to rejection whether in place or not. C. The Engineer reserves the right to refuse permission for use as material on the basis of a Certificate of Compliance. D. The form of the Certificate of Compliance and its disposition shall be as directed by the Engineer. E. Where Certification of Compliance is required in the Technical Specifications, the Contractor shall obtain from the supplier/manufacturer a certification stating that the particular piece of equipment or system will satisfy all requirements stated in the related Specification Section(s). PART 3 EXECUTION Not Used. END OF SECTION Section 01300 - 8 J I I L I I I I I I i I I I I I I kIK'Nlland Qenau lfl. psra Ilwa'oaral+a Fa)aflaWlla, Arka' I 7 L. J I I El I I I I IL I I I SECTION 01311 Ke:sal$1)!M N' 411?RNa.1a,3 n1}CO)`+L1 PART 1 GENERAL 1.01 CONSTRUCTION SCHEDULE GENERAL PROVISIONS A. No work shall be done between 6:00 P.M. and 7:00 A.M. nor on Saturdays, Sundays or legal holidays without the written permission of the Engineer and/or Owner. However, emergency work during these hours may be done without prior permission. B. Due to potential health hazards the existing water distribution facilities must remain in service. Written authorization is required from the Owner if any water service is to be discontinued. 1.02 SEQUENCE OF CONSTRUCTION A. The Contractor shall submit a diagram or chart indicating the construction sequencing and duration of each construction activity. B. The existing water system and sewer system shall remain in service while the new system is constructed. PART 2 PROGRESS OF THE WORK 2.01 GENERAL A. The work shall be started within 10 days of the Notice to Proceed from the Owner, and the work shall be executed with such progress as may be required to prevent any delay to other contractors or to the general completion of the project. B. The work shall be executed at such times and in or on such parts of the project, and with such forces, materials, and equipment to assure completion of the work in the time established by the Contract. 2.02 OVERTIME NOTICE A. See GENERAL CONDITIONS and SUPPLEMENTAL CONDITIONS. Section 01311 - 1 II kl0CNllana fbRM11fl IneerOaralM Fa,alwHlla, Arkema I 2.03 PRECONSTRUCTION AND PROJECT COORDINATION MEETINGS A. A Preconstruction Conference and Project Coordination Meetings shall be held per the requirements of Section 01210 of these Specifications. 2.04 OVERALL SCHEDULE A. The Contractor will be required to prepare and submit to the Engineer within 10 days after the Notice to Proceed, an Overall Schedule. The Overall Schedule shall be comprised of construction operations covering all work to be done in connection with the Contract. B. The Overall Schedule covering work to be executed under the Contract shall be of sufficient detail and shall have a minimum of work activities. The final total number of activities shall be subject to the approval of the Engineer. A work activity is defined as an activity for which manpower is required and must be performed before the project is considered complete. C. The Overall Schedule shall indicate the sequence of work and the time of starting and completion of each part. It shall include, but not be limited to, the following items, as they pertain to the respective contractors: 1. Shop drawing receipt from Contractor, submitted to the Engineer, review, and return to Contractor. 2. Material and equipment order, manufacture, delivery, installation, and check-out. 3. Performance tests and supervisory service activities. 4. Piping and wiring installation. 5. Construction sequence. 6. Final cleaning. 7. Allowance for inclement weather. 2.05 PAYMENT A. No separate payment shall be made for work under this Section. Section 01311 - 2 1' L C L I I I L I C I I I I I II I IKON IIaM Cbnnullln/ Ln/l.worl IIN'plro/IG fcMt.Wllo, Arkonum PART 3 EXECUTION Not Used END OF SECTION Section 01311 - 3 M.CMIland (bnwllllat (II/IM.f. I..olyx.IN F.y.IMWlla, Ark.m.. SECTION 01400 QUALITY CONTROL PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. General Quality Control. B. Workmanship. C. Manufacturer's Instructions. D. Manufacturer's Certificates. E. Mockups. F. Manufacturers' Field Services. G. Testing Laboratory Services. 1.02 RELATED REQUIREMENTS A. Section 01300 - Submittals: Submittal of Manufacturer's Instructions. B. Section 02200: Tests required for earthwork. C. Section 02601: Tests required for base and asphalt. D. Section 03300: Tests required for concrete. 1.03 QUALITY CONTROL, GENERAL A. Maintain quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce work of specified quality. 1.04 A. Comply with industry standards except when more restrictive tolerances or specified requirements indicate more rigid standards or more precise workmanship. B. Perform work by persons qualified to produce workmanship of specified quality. C. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, and racking. Section 01400 - 1 flMcCMlland Oonwlllln/ EnOlnNrn InmrFnrannl Fcy.?Mlln, Arkansas I 1.05 MANUFACTURERS' INSTRUCTIONS A. Comply with instructions in full detail, including each step in sequence. Should instructions conflict with Contract Documents, request clarification from Engineer before proceeding. 1.06 MANUFACTURERS' CERTIFICATES A. When required by individual Specifications Section, submit manufacturer's certificate, in duplicate, that products meet or exceed specified requirements. 1.07 MOCKUPS Not Used. 1.08 MANUFACTURERS' FIELD SERVICES A. When specified in respective Specification Sections, require supplier or manufacturer to provide qualified personnel to observe field conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust and balance of equipment as applicable, and to make appropriate recommendations. B. Representative shall submit written report to Engineer listing observations and recommendations. 1.09 TESTING LABORATORY SERVICES A. Owner will employ a Testing Laboratory to perform inspections, tests, and other services required by individual Specification Sections. B. Owner shall pay for initial laboratory testing of earthwork, base, asphalt, and concrete. If, however, initial test fails, retesting must be paid for by the Contractor. C. Services will be performed in accordance with requirements of governing authorities and with specified standards. D. Reports will be submitted to Engineer, Owner and Contractor giving observations and results of tests, indicating compliance or non-compliance with specified standards and with Contract Documents. Section 01400 - 2 I I I I I I I I 11 I I I I I I IMLM.&me —Nr, Fa}IM.MfN.lrp..w. If E. Contractor shall cooperate with Testing Laboratory personnel; furnish tools, samples of materials, design mix, equipment, storage and assistance as requested. ' F. Notify Engineer/Testing Laboratory 24 hours prior to expected time for operations requiring testing services. ' G. Make arrangements with Testing Laboratory and pay for additional samples and tests for Contractor's convenience. 1 PART 2 PRODUCTS Not Used. ' PART 3 EXECUTION Not Used. END OF SECTION 1 1 1 Section 01400 - 3 McCMUdnd CbnaYilln/ (lions InaOfkara/ad Fay.Mavllla, Arkonaa. I I I I I I E El I El I I I El I I SECTION 01500 TEMPORARY CONSTRUCTION FACILITIES AND UTILITIES PART 1 GENERAL 1.01 LAYOUT OF TEMPORARY FACILITIES A. The Contractor shall make his own arrangements for storage of materials and equipment in locations on and off the construction site. Security of the construction work, materials, and equipment is the sole responsibility of the Contractor. 1.02 STORAGE YARDS A. The Contractor shall construct temporary storage yards for the storage of materials that are not subject to damage by weather conditions. Materials such as pipe, reinforcing and structural steel, shall be stored on pallets or racks, off the ground, and stored in a manner to allow ready access for inspection and inventory. Temporary gravel surfacing of the storage yards shall meet with the approval of the Engineer and Owner. Storage areas shall be restored to their initial condition once they are no longer needed. 1.03 CONTRACTORS WORK AREA A. The Contractor shall limit his operations and storage of equipment materials to the areas authorized by individual property owners and approved by the Engineer and Owner. B. The Contractor shall proceed with his work in an orderly manner, maintaining the construction site free of debris and unnecessary equipment or materials. 1.04 TEMPORARY ACCESS ROADS AND PARKING A. The Contractor shall construct temporary construction access roads, or detours as are required to execute the work. The roads shall meet with the approval of the Engineer, and be maintained in good condition until no longer needed; at which time the temporary roads shall be removed and the area left in a condition satisfactory to the property owner and Engineer. Section 01500 - 1 YaCNlland L1a'a/11M naa10aralaa Fay~1la, Arlmnaaa 1 1.05 A. B. C- D. PART 2 2.01 TEMPORARY WATER CONTROL Rough grade site to prevent standing water and to direct surface drainage away from excavations, trenches, adjoining properties, and public rights -of -way. Maintain excavations and trenches free of water. Provide and operate pumping equipment of a capacity to control water flow. Provide piping to handle pumping outflow to discharge in a manner to avoid erosion or deposit of silt. Remove equipment and installation when no longer needed. UTILITIES CODES AND SAFETY A. The Contractor shall be responsible for obtaining inspections and paying for permits required for the installation of all temporary utilities. Also, the Contractor shall be solely responsible for the safe use/operation of all temporary utilities. 2.02 SANITARY FACILITIES A. The Contractor shall provide and maintain sanitary facilities for his employees and his subcontractors' employees that will comply with the regulations of the local and State health departments and as directed by the Engineer. 2.03 TEMPORARY WATER A. The Owner will provide a place of temporary connection for water near the site if the Contractor desires and if it can be determined that the Contractor's usage will not interfere with Fayetteville's normal requirements. B. The Contractor will provide required pumps, pressure tanks, etc. if necessary to boost pressure at his points of usage. 2.04 WATER FOR TESTING A. The Owner shall provide the necessary water required for testing the tank, equipment and water lines prior to acceptance of the work, unless otherwise specifically Section 01500 - 2 I I L I I I I I L I I C I Li I I yaCNrlas Cairadlwt Ea.n Uaa WaIM Fa,.uIfaWIN, 4MMw I I stated in the Specifications for the equipment, system, or facility. ' 2.05 PROTECTION OF THE FINISHED CONSTRUCTION A. The Contractor shall assume the responsibility for the ' protection of all finished construction and shall repair and restore any and all damage to finished work to its original or better state. ' 2.06 REMOVAL OF TEMPORARY FACILITIES AND UTILITIES A. At such time or times any temporary construction facilities and utilities are no longer required for the work, the Contractor shall notify the Engineer of his intent and schedule for removal of the temporary facilities and utilities, and obtain the Engineer's approval before removing the same. As approved, the Contractor shall remove the temporary facilities and utilities from the site as his property and leave the ' site in such condition as specified, as directed by the Engineer, and/or as shown on the Drawings. ' B. In unfinished areas, the condition of the site shall be left in a condition that will restore original drainage, evenly graded, seeded as necessary, and left with an t appearance equal to, or better than, original. 2.07 PAYMENT ' A. Payment for the work under this Section will be included as part of the applicable unit price bid amounts stated in the Proposal. PART 3 EXECUTION ' Not Used. Li I I I I I rau.laaa Cbawtlfla/ EagUaan IaooryarahN Fa)of.WII., Araonaoa Section 01500 - 3 I P I I 7 I 11 L I I I I I I J 7 SECTION 01570 TRAFFIC REGULATION PART 1 GENERAL 1.01 VEHICULAR TRAFFIC A. The Contractor shall obtain specific authorization from the applicable street or highway authority before operating within the right-of-way limits of same. Requirements for operations within right-of-way limits and control of vehicular traffic shall be as established by the applicable authority. 1.02 TEMPORARY CONSTRUCTION AND TRAFFIC SIGNS A. The Contractor shall, as a minimum, furnish at the site or convenient thereto and immediately available, the following signs and equipment: 1. Barricades, as required by the Arkansas Manual on Uniform Traffic Control Devices and as specified in the State of Arkansas, in sufficient amount to safeguard the public and the work. 2. Four "ROAD CONSTRUCTION AHEAD" signs, 48" x 48", placed in conspicuous locations, approximately 200 feet in advance of the work, facing approaching traffic. 3. The signs and equipments shall conform to the requirements of the manual published by the Arkansas Highway and Transportation Department (See Appendix ). 1.03 ACCESS FOR PROPERTY OWNERS A. The Contractor shall maintain vehicular access to private property as construction progresses. Work shall be planned to minimize blocked driveways, parking areas, etc.; and in so far as possible the Contractor will close each day's work with intersecting streets, driveways, etc. in useable condition. Arrangements with the City and property owners in advance of the disruption of the use of hard -surfaced areas should be made by the Contractor. Section 01570 - 1 MCCNNuad AM211Z tagffinncorw n IasWraNO Far".rllln, Arka 1.04 PAYMENT A. Payment for the work in this Section will be included as part of the applicable unit price/lump sum bid amounts. No separate payment will be made for this work. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION Section 01570 - 2 YCNIIaM CblMllin/ Enpaaan Maa'Oara1M Fair?. Wi S A rkonaw I PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Products. B. Transportation and Handling. C. Storage and Protection. D. Product Options. E. Products List. F. Substitutions. G. Systems Demonstration. 1.02 RELATED REQUIREMENTS A. Section 01009 - Administrative Provisions: Summary of Work B. Section 01400 - Quality Control: Submittal of manufacturers' certificates. C. Section 01700 - Contract Closeout: Operation and maintenance data. 1.03 PRODUCTS A. Products include material, equipment, and systems. B. Comply with specifications and referenced standards as minimum requirements. C. Components required to be supplied in quantity within a Specification Section shall be the same, and shall be interchangeable. D. Do not use materials and equipment removed from existing structure. Section 01600 - 1 Nacie"aa/ Cbaaa/1111# [1yrwo IaaorpMYM Fal•Ilaallla. Arkaaaw I 1.04 TRANSPORTATION AND HANDLING A. Transport products by methods to avoid product damage; deliver in undamaged condition in manufacturer's unopened containers or packaging, dry. B. Provide equipment and personnel to handle products by methods to prevent soiling or damage. C. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 1.05 STORAGE AND PROTECTION A. Store products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight enclosures; maintain within temperature and humidity ranges required by manufacturer's instructions. B. For exterior storage of fabricated products, place on sloped supports above ground. Cover products subject to deterioration with impervious sheet covering; provide ventilation to avoid condensation. C. Store loose granular materials on solid surfaces in a well -drained area; prevent mixing with foreign matter. D. Arrange storage to provide access for inspection. Periodically inspect to assure products are undamaged, and are maintained under required conditions. 1.06 PRODUCT OPTIONS A. Submit a request with PROPOSAL for substitution for any manufacturer not specifically named, providing all specification data and deduct in price offered. B. Products Specified by Reference Standards or by Description Only: Any product meeting those standards. 1.07 PRODUCTS LIST A. Not Used. Section 01600 - 2 Li I I I I I LiI I I Li Li I I I L MOLMfldno LbnMpiIf Knee ' Fay.f .Wl/o. /rEYneo1 I H I H H IH [I H I I I I I I I I 1.08 SUBSTITUTIONS A. Only with submittal of equipment substitution request with the PROPOSAL will the Engineer consider requests from Contractor for major equipment substitutions. Subsequently, substitutions will be considered only when a product becomes unavailable due to no fault of Contractor. B. Document each request with complete data substantiating compliance of proposed substitution with Contract Documents. C. Request constitutes a representation that Contractor: 1. Has investigated proposed product and determined that it meets or exceeds, in all respects, specified product. 2. Will provide the same warranty for substitution as for specified product. 3. will coordinate installation and make other changes which may be required for Work to be complete in all respects. 4. Waives claims for additional costs which may subsequently become apparent. D. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals without separate written request, or when acceptance will require substantial revision of Contract Documents, or when said substitution will not result in significant cost savings to the owner, or result in some material advantage being gained by the Owner. E. Engineer will determine acceptability of proposed substitution, and will notify Contractor of acceptance or rejection in writing within a reasonable time following the opening of Bids. F. Only one request for substitution will be considered for each product. When substitution is not accepted, provide specified product. 1.09 SYSTEMS DEMONSTRATION A. Prior to final inspection, demonstrate operation of each system to Engineer and Owner. Section 01600 - 3 H YcCMlland Cl 11lny MaaryMaMO FayMMMIM, Arko B. PART 2 PART 3 Instruct Owner's personnel in operation, adjustment, and maintenance of equipment and systems, using the operation and maintenance data as the basis of instruction. PRODUCTS Not Used. EXECUTION Not Used. Section 01600 - 4 MKCN.Nna Oarall , IaIRNlON/ FaratNHIN. Arkunao� I P I: I I H I 7 H C I I I [I SECTION 01700 CONTRACT CLOSEOUT PART 1 GENERAL 1.01 SCOPE A. This Section outlines the procedure to be followed in closing out all contracts. 1.02 SUBSTANTIAL COMPLETION A. The substantial completion date for the Contract shall be established as stated in the General Conditions. 1.03 FINAL INSPECTION A. After final cleaning and upon written notice from the Contractor that the work is completed, the Engineer will make a preliminary inspection with the Owner and Contractor present. Upon completion of this preliminary inspection, the Engineer will notify the Contractor, in writing, of any particulars in which this inspection reveals that the work is defective or incomplete. B. Upon receiving written notice from the Engineer, the Contractor shall immediately undertake the work required to remedy defects and complete the work to the satisfaction of the Owner. C. When the Contractor has corrected or completed the items as listed in the Engineer's written notice, he shall inform the Engineer, in writing, that the required work has been completed. Upon receipt of this notice, the Engineer, in the presence of the Owner and Contractor, shall make his final inspection of the project. D. Should the Engineer find all work satisfactory at the time of his inspection, the Contractor will be allowed to make application for final payment in accordance with the provisions of the General Conditions. Should the Engineer still find deficiencies in the work, the Engineer will inform the Contractor of the deficiencies and will deny the Contractor's request for final payment until such time as the Contractor has satisfactorily completed the required work. E. All water courses, gutters, and ditches shall be opened and left in a condition satisfactory to the Engineer. Section 01700 - 1 I I. C~tZe Eagi n/ (npnNn InaryerolN F Wtn lb, Arkv w I 1.04 FINAL SUBMITTALS A. No contract will be finalized until all of the following have been submitted as required in Section 01300, SUBMITTALS DURING CONSTRUCTION. 1. Final shop drawings 2. Record drawings 3. Interface information 4. Manufacturers' Certificates of Proper Installation 5. Operation and Maintenance Manuals B. No contract will be finalized until all submittals required in Section 01720, PROJECT RECORD DOCUMENTS, have been submitted. 1.05 GUARANTEES, BONDS, AND AFFIDAVITS A. No contract will be finalized until all guarantees, performance tests, bonds, certificates, licenses, and affidavits required for work or equipment as specified are satisfactorily filed with the Owner. 1.06 ACCESSORY ITEMS A. All Contractors furnishing and/or installing equipment on this project shall provide to the Owner, upon acceptance of the equipment, all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to, adequate oil and grease as required for the first lubrication of the equipment, light bulbs, fuses, valve keys, handwheels, and other expendable items as required for initial startup and operation of all equipment. 1.07 RELEASE OF LIENS OR CLAIMS A. No contract will be finalized until satisfactory evidence of release of liens has been submitted to the Owner as required by the General Conditions. 1.08 FINAL PAYMENT A. Final payment will be made to the Contractor in accordance with the General Conditions. Section 01700 - 2 n I I I I I L I 1 I] -1 I I n I r7 roewia.e mr.ron- FaMN NI N, /rYarw PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION section 01700 - 3 Ec/Inm� InonrOerafN F.) ttiWlh. Arkan a I I7 n J H P Li 7 b I I I I I I H I C SECTION 01710 FINAL CLEANING PART 1 GENERAL 1.01 SCOPE A. This Section covers the work necessary for cleaning during construction and final cleaning on completion of the work. B. At all times maintain areas covered by the Contract and private and public properties free from accumulations of waste, debris, and rubbish caused by construction operations. C. Conduct cleaning and disposal operations to comply with local ordinances and anti -pollution laws. Do not burn or bury rubbish and waste materials on project site. Do not dispose of volatile wastes such as mineral spirits, oil, or paint thinner in storm or sanitary drains. Do not dispose of wastes into streams or waterways. Brush and trees resulting from clearing shall be disposed of off -site. No on -site burning will be allowed. D. Use only cleaning materials recommended by manufacturer of surface to be cleaned. E. Use cleaning materials only on surfaces recommended by cleaning material manufacturers. 1.02 CLEANING DURING A. During execution of work, clean site and public properties and dispose of waste materials, debris, and rubbish to assure that buildings, grounds, private and public properties are maintained free from accumulations of waste materials and rubbish. B. Wet down dry materials and rubbish to lay dust and prevent blowing dust. C. Provide approved containers for collection and disposal of waste materials, debris, and rubbish. D. Remove grease, dust, dirt, stains, labels, and other foreign materials from exposed and semi -exposed surfaces. Section 01710 - 1 El IKCMhlead MwaAa/ rn00lAM0/IC Fc tMWIN, Arkoaaak I E. 1.03 A. B. C. Repair, patch, and touchup marred surfaces to specified finish to match adjacent surfaces. FINAL CLEANING At the completion of work on all contracts and immediately prior to final inspection, cleaning of the entire project will be accomplished. Employ experienced workers, or professional cleaners, for final cleaning. Repair, patch, and touch up marred surfaces to specified finish, to match adjacent surfaces. D. Remove from the Owner's property all temporary structures and all materials, equipment, and appurtenances not required as a part of, or appurtenant to, the completed work. See Section 01500, TEMPORARY CONSTRUCTION FACILITIES AND UTILITIES. 1.04 ,.' PART 2 PART 3 PAYMENT Payment for the work in this Section will be included as part of the applicable bid amounts stated in the Proposal. PRODUCTS Not Used EXECUTION Not Used END OF SECTION Section 01710 - 2 H I C I I [1 H I [ I H H I I MnCN Nen MMUM.q I -O p --P4 rc,efWll., ArWnwi I II H J iH I I I 1 7 H [1 I I C I Section 01720-1 SECTION 01720 PROJECT RECORD DOCUMENTS 1.01 REQUIREMENTS INCLUDED A. Maintenance of Record Documents and Samples. B. Submittal of Record Documents and Samples. 1.02 RELATED REQUIREMENTS A. Document 00700 - General Conditions: Documents at the site. B. Section 01300 - Submittals: Shop drawings, product data, and samples. C. Section 01700 - Contract Closeout: Closeout procedures. D. Section 01700 - Contract Closeout: Operation and maintenance data. E. Individual Specifications Sections: Manufacturer's certificates and certificates of inspection. 1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES A. In addition to requirements in General Conditions, maintain at the site one record copy of: i. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. 6. Field test records. 7. Inspection certificates. 8. Manufacturer's certificates. B. Store Record Documents in Field Office apart from documents used for construction. Provide files, racks, and secure storage for Record Documents. C. Label and file Record Documents in accordance with Section number listing in Table of Contents of this Project Manual. Label each document "PROJECT RECORD" in neat, large, printed letters. I =Mae aM If-fl Fackw4M- FanlfrWlla, Aram"- I D. Maintain Record Documents in a clean, dry and legible ' condition. Do not use Record Documents for construction purposes. E. Keep Record Documents and samples available for inspection by Engineer. 1.04 RECORDING I A. Record information on a set of blue line opaque drawings, and in a copy of a Project Manual. B. Provide felt tip marking pens, maintaining separate colors for each major system, for recording information. C. Record information concurrently with construction progress. Do not conceal any work until required information is recorded. D. Contract Drawings and Shop Drawings: Legibly mark each item to record actual construction, including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Changes made by Modifications. 4. Details not on original Contract Drawings. E. Specifications: Legibly mark each item to record actual construction, including: 1. Manufacturer, trade name, and catalog number of each product actually installed, particularly optional items and substitute items. 2. Changes made by Addenda and Modifications. F. Other Documents: Maintain manufacturer's certifications, ' inspection certifications, field test records, etc., required by individual Specifications sections. 1.05 SUBMITTALS A. At Contract closeout, deliver Record Documents and I ' samples under provisions of Section 01700. C Section 01720 - 2 I nMCM I Mad �IInNf mer►r+nne Fc�I,n vita., Aelnnn. B. Transmit with cover letter in duplicate, listing: 1. Date. 2. Project title and number. 3. Contractor's name, address, and telephone number. 4. Number and title of each Record Document. 5. Signature of Contractor or authorized representative. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION section 01720-3 YaCNNand F pfl.vl li, Afbnnw 1 SECTION 02102 CLEARING. GRUBBING. AND STRIPPING PART 1 GENERAL 1.01 SCOPE A. This Section covers the work necessary to remove all interfering or objectionable material from the designated areas of work. B. This work shall also include the preservation from injury or defacement of all vegetation and existing objects designated to remain. C. Review with the Engineer's Representative the location, limits, and methods to be used prior to commencing the work under this Section. PART 2 MATERIALS AND PROCEDURES 2.01 GENERAL A. Provide all materials, suitable and in adequate quantity, required to accomplish the work as specified herein. 2.02 CLEARING - DEFINITION A. Clearing shall consist of cutting, removing, and disposing of trees, snags, stumps, shrubs, brush, limbs, and other vegetative growth, and shall be performed in such a manner as to remove all evidence of their presence from the surface and shall be inclusive of sticks and branches greater than 2 inches in diameter or thickness. Clearing shall also include the removal and disposal of trash piles, rubbish, and fencing; and the preservation of trees, shrubs, and vegetative growth which are not designated for removal. 2.03 CUTTING TIMBER A. In the cutting of timber growth (if any is required), cuts shall be made such that all trees are felled into the area to be cleared. Exercise care when clearing near the clearing limits so as not to damage existing trees, vegetation structures, or utilities which are outside of the clearing limits. Flush cut all stumps not designated for grubbing by cutting to within 2 inches of the ground surface. Section 02102 - 1 C 1 U [1 1 i I [1 I U I I [1 I MrY11 M rafl nCC.l SM Lit—. SM Fyy�1HSv1l1., Artnlrm I I I I I I L H Eli Cl I I I I I I 2.04 PRESERVATION OF TREES, SHRUBS AND OTHER VEGETATION A. Protect trees, shrubbery and other vegetation not designated for removal from damage resulting from the Work. Cut and remove tree branches only where, in the opinion of the Engineer, such cutting is necessary to effect construction operation. Remove branches other than those required to effect the work to provide a balanced appearance of any tree, as approved prior to removal. Scars resulting from the removal of branches shall be treated with an approved tree sealant. B. Trees and shrubbery within and adjacent to the work shall be protected and preserved to the maximum extent possible. Damage to vegetation outside the limits of the designated construction area may result in damage claims against the Contractor. C. Ornamental trees, shrubs, fruit trees, etc., shall be protected from damage even if they are located within the limits of the pipeline easement. Obtain Engineer's approval to modify the pipe route, if alternative routes will minimize impact on these plantings. If such plantings must be removed, protect and replant the plantings. If plantings are damaged during the process or if they die during the one year warranty period, replace the planting in kind. D. The two large trees at the pump station shall be protected from damage. Over hanging limbs on these trees may be cut only as necessary for clearance for the pump building and power lines. The two small trees between the two large trees shall be cut and removed from the site. 2.05 GRUBBING - A. Grubbing shall consist of the wood or root matter below the after clearing and shall inclu or root systems greater than thickness to a depth of 18 surface. 2.06 CLEARING LIMITS removal and disposal of ground surface remaining le stumps, trunks, roots, 2 inches in diameter or inches below the ground A. Clear only areas within the construction site that are absolutely necessary to accomplish the construction. Section 02102 - 2 I MCI. Hand aigl fkgNHluy la InD5(LarpKa/a0 Font. Wits, Arfaawn I 2.07 DISPOSAL OF CLEARING AND GRUBBING DEBRIS A. Haul the material from the work site and dispose of in accordance with state, federal, and local laws. Such off -site disposal shall be at the Contractor's sole expense. 2.08 STRIPPING - DEFINITION A. Stripping shall include the removal and disposal of all organic sod, topsoil, grass and grass roots, and other objectionable material remaining after clearing and grubbing from the areas designated to be stripped. The exact depth of stripping will be determined by the Engineer. Topsoil requirements are specified in Section 02200, EARTHWORK. 2.09 DISPOSAL OF STRIPPINGS A. Topsoil from the strippings shall be stockpiled and used for the finished site grading. Excess topsoil shall be hauled off the site with clearing and grubbing debries. 2.10 PAYMENT A. Payment for the work in this Section will be included as part of the applicable unit price bid amounts stated in the Proposal for the installation of pipe. PART 3 EXECUTION Not Used. END OF SECTION Section 02102 - 3 I F. I I 1 I I I I n 11 I I I I I YK'Nl,*M M� Hln/ fc n �nra'aep r ' rrr Irptl.VN4, ArrcMrr SECTION 02200 EARTHWORK. TRENCH EXCAVATION AND BACKFILL PART 1 GENERAL 1.01 SCOPE I 1 I 1 I 1 I 1 A. This Section covers the work necessary for the earthwork, trenching and backfilling complete. 1.02 DEFINITIONS - RELATIVE COMPACTION A. "Relative compaction" is defined as the ratio, in percent, of the as -compacted field dry density to the laboratory maximum dry density as determined by the Standard Proctor Test, ASTM D698. Corrections for oversize material may be applied to either the as -compacted field dry density or the maximum dry density, as determined by the Engineer. 1.03 DEFINITIONS - OPTIMUM MOISTURE CONTENT A. "Optimum moisture content" is defined as the moisture content of the material for which the maximum dry density is obtained as determined by ASTM D698. Field moisture contents shall be determined on the basis of the fraction passing the 3/4 -inch sieve. 1.04 SUBMITTALS A. Submittals shall be made in accordance with the GENERAL CONDITIONS, SECTION 01300, SUBMITTALS DURING CONSTRUCTION, and the requirements of this section. B. Provide the following submittals: 1. Samples for all imported material. 1.05 A. Occupational Safety and Health Administration (OSHA) Standard for Excavation and Trenches Safety System, 29 CFR 1926, Subpart P = Excavation. "cCNIIaS £tgianti [Ml Fa/HNHIN, AfkOMM Section 02200 - 1 PART 2 MATERIALS 2.01 GENERAL A. Provide all labor, materials, and equipment necessary to accomplish the work specified in this Section. 2.02 COMMON EXCAVATION A. Complete all common excavation regardless of the type, nature, or condition of the materials encountered. The Contractor shall make his own estimate of the kind and extent of the various materials to be excavated in order to accomplish the work. All excavation not specifically defined as rock excavation shall be common excavation. 2.03 ROCK EXCAVATION A. Rock excavation is defined as the removal of all material which by actual demonstration cannot be reasonably excavated with a backhoe as listed in Table 1 below and equipped with two rippers, or similar approved equipment and which is, in fact, systematically broken or removed utilizing mechanical means by air -hammer, hoe -ram, trenching machine, etc. as explosive and blasting will not be allowed in this contract. The Engineer may waive the demonstration if the material encountered is well-defined rock. The term "rock excavation" shall be understood to indicate a method of removal and not a geological formation. TABLE 1 Manufacturer Model Bucyrus Erie 20-H Hopto 550 Koehring 466 2.04 EARTH FILL A. Excavated material free from roots, organic matter, trash, debris, rocks larger than 3 inches, and other deleterious materials. Suitable material may be obtained by the Contractor from the excavation for the proposed pipelines. Provide imported material of equivalent quality, if required to accomplish the work. Imported material shall be provided at the Contractor's sole expense. Section 02200 - 2 0004" s Gy m eevYraMA FarrNMlld, ArbMaf I [1 I1 r I I I I I I I I I 1 [1 I I I I I I I I I I I I I I I C I I I [l 2.05 GRANULAR FILL A. Imported GRANULAR FILL shall be 1 -1/2 -inch minus crushed gravel or crushed rock, free from dirt, clay balls, and organic material, well graded from coarse to fine, containing sufficient finer material for proper compaction, and less than 8 percent by weight passing the No. 200 sieve. Arkansas Highway and Transportation Department Class 7 Base shall qualify as GRANULAR FILL material. 2.06 SAND A. Imported natural sand or sand produced from crushed gravel or crushed rock, maximum size 5/16 inch, 80 percent shall pass a No. 4 sieve, free from clay and organic material, with a maximum of 8 percent passing the No. 200 sieve. 2.07 GRIT A. Imported crushed limestone screenings from concrete coarse aggregate, maximum size 1/2 inch. 2.08 TRENCH STABILIZATION MATERIAL A. Three-inch minus river -run or pit -run gravel, free from clay balls, roots, and organic matter; well crushed gravel or crushed rock graded with less than 8 percent by weight passing the 1/4 -inch sieve. Submit samples for approval prior to delivery of the material to the site. 2.09 GRANULAR PIPE BASE AND PIPE ZONE MATERIAL A. Granular pipe base and pipe zone material, as required by the typical trench details on the Drawings, shall be GRANULAR FILL, SAND, GRIT, or materials meeting the requirements of ASTM D2487, Class I and Class II embedment materials. 2.10 FLOWABLE SELECT MATERIALS A. The flowable select materials shall be a plant mixed slurry of sand, cement, flyash and water in a ratio of 2800 lb: 100 lb: 250 lb: 450 lb: (max) respectively. This mixture shall be required to meet the minimum criteria of a compressive strength of 300 psi at 28 days. The specifications for the sand, cement, and flyash are found in Section 03300 of these specifications. This material shall be used to help facilitate the reapplication of traffic over the trenches across streets MK/n11an0 CbnwaJIMg llglnkKa Inner/MaM FYI+IInv111e, Arkenwe Section 02200 - 3 H and driveways where noted on the plans or directed by the Engineer. Design may be modified as required by Engineer. 2.11 BACKFILL ABOVE THE PIPE ZONE A. Materials from the excavation containing no particles larger than 6 -inch diameter, free from roots, debris, and organic material may be used for trench backfill above the pipe zone material or GRANULAR FILL or FLOWABLE SELECT FILL as specified hereinbefore. 2.12 TOPSOIL A. Selected topsoil at the site, properly stored and protected, free from roots, sticks, hard clay, and stones which will not pass through a 3 -inch square opening. Remove existing grass and overburden before topsoil is excavated. Provide imported topsoil of equal quality if required to accomplish the work. 2.13 WATER FOR COMPACTION A. Furnish as required. 2.14 COMPACTION EQUIPMENT A. Compaction equipment shall be of suitable type and adequate to obtain the densities specified. B. Compaction equipment shall be operated in strict accordance with the manufacturer's instructions and recommendations. Equipment shall be maintained in such condition that it will deliver the manufacturer's rated compactive effort. Hand -operated equipment shall be capable of achieving the specified densities. 2.15 MOISTURE CONTROL EQUIPMENT A. Equipment for applying water shall quality adequate for the work, shall be equipped with a distributor bar device to assure uniform applicatil mixing and drying out material shall discs, or other approved equipment. MKN IIas C W lIfni InCrp.reM1! FVY M 0ib, 4'Snw. be not or )n. coi of a type and leak, and shall other approved Equipment for ssist of blades, Section 02200 - 4 H U Li H I I I I I I I I I ' PART 3 I I I Ti I 3.01 CLEARING, GRUBBING, AND STRIPPING A. Complete clearing and grubbing work as specified in Section 02102, CLEARING, GRUBBING, AND STRIPPING, prior to beginning work in this Section. 3.02 STRIPPING TOPSOIL A. Prior to beginning any excavation or fill, strip the topsoil to a depth of at least 6 inches or to a depth sufficient to remove all organic material and stockpile for future use. In general, topsoil shall be removed where structures are to be built, embankments or levees constructed, trenches dug, and roads, parking lots, walks, and similar improvements constructed within the areas presently covered with topsoil. Topsoil shall be stored clear of the construction area. Take reasonable care to prevent the topsoil from becoming mixed with subsoil or eroding. ' 3.03 A. ' 3.04 A. 3.05 I I I I I I JI COMMON EXCAVATION Perform all common excavation of every description, regardless of the type, nature, or condition of material encountered, as specified, shown, or required to accomplish the construction. EXCAVATION SAFETY The Contractor shall be solely responsible for trench and excavation safety systems in accordance with Act 291 of 1993 of the State of Arkansas and OSHA requirements. LIMITS OF EXCAVATION A. Excavate to the depths and widths required. Allow for forms, working space, granular base, and finish topsoil where shown or required. Excavation carried below the grade lines shown or established by the Engineer shall be replaced with the same fill material as specified for the overlying fill or backfill, compacted as required for such overlying fill or backfill. Where the overlying area is not to receive fill or backfill, replace the overexcavated material and compact to a density not less than that of the underlying ground. The Contractor shall correct all overexcavated areas at the Contractor's sole expense. Mac and CnnwoHn/ tMlooara 'AcHyarafN FaywHaWfla, Arkansas Section 02200 - 5 IT] 'W'T. :iVsr vr:�R.l�:i:�ra a A. Provide and operate equipment adequate to keep all excavations and trenches free of water. Remove all water during period when concrete is being deposited, when pipe is being laid, during the placing of backfill unless water settling is required, and at such other times as required for efficient and safe execution of the work. Removal of groundwater shall be accomplished in a manner that will preserve the strength of the foundation soils, will not cause instability of the excavation slopes, and will not result in damage to existing structures. 3.07 ROCK EXCAVATION A. Where material is encountered which requires mechanical means for systematic removal and excavation to subgrade for granular pipe base. Correct overexcavation with compacted granular material as specified hereinbefore for grade at contractors expense. 3.08 PREPARATIONS FOR PLACING BACKFILLS A. Backfill around concrete structures only after the concrete has attained the specified compressive strength indicated in Section 03300, CONCRETE. Remove all form materials and trash from the excavation before placing any backfill. Obtain the Engineer's acceptance of concrete work and attained strength prior to backfilling. B. Do not operate earth -moving equipment within 5 feet of walls of concrete structures for the purpose of depositing or compacting backfill material. Compact backfill adjacent to concrete walls with hand -operated tampers or similar equipment that will not damage the structure. 3.09 TRENCH EXCAVATION A. Excavate for the installation of piping, utilities, and appurtenances. All obstructions, such as tree roots, stumps, abandoned concrete structures, and other material of any type shall be removed. 3.10 TRENCH WIDTH A. Minimum width of unsheeted trenches or the minimum clear width of sheeted trenches in soil trenches in which pipe is to be laid shall be 6 inches greater than the inside diameter of the pipe. Sheeting requirements shall be Section 02200 - 6 Ncsl IoM dllwdllP� In PPrCNO p.,. .Hfa., ♦ravy I I I 7 I I I I I I I L. I El L I I I I I Li I I PT L I I I independent of trench width. The maximum clear width at the top of the pipe or above the pipe will not be limited, except in cases where excess width of excavation would cause damage to adjacent structures. B. Minimum trench width in rock excavation areas shall be 12 -inches greater than the inside diameter of the pipe. Maximum width for rock excavation pay purposes shall be two feet. C. Trench Safety shall be in accordance with Paragraph 3.03 hereinbefore. 3.11 GRADE A. Carry the bottom of the trench to the depths shown, or as established by the Engineer. Allow for pipe thickness and for pipe base or special bedding when specified. Backfill any part of the trench excavated below grade with granular pipe base material or native pipe base material, as required by the details on the Drawings, and compact to a density equal to the undisturbed trench bottom. 3.12 REMOVAL OF WATER A. Removal of water shall be accomplished as specified hereinbefore. 3.13 TRENCH STABILIZATION A. If the material in the bottom of the trench is unsuitable for supporting the pipe, excavate below the flow line to remove the unsuitable material, and backfill to the required grade with TRENCH STABILIZATION MATERIAL as specified hereinbefore. Unsuitable material is material which is not capable of supporting the pipe base material, pipe and/or backfill (i.e., organics, mud, trash, etc.). 3.14 BASE FOR PIPE IN ROCK TRENCH A. Place a minimum 6 -inch thickness of GRANULAR PIPE BASE of the type hereinbefore specified. Place for the full width of the trench with the top of the granular base at flow line grade. Bed the pipe in the granular base so that the flow line is at the required grade and elevation. Place and finish the gravel base to grade ahead of the pipe laying operation. Place GRANULAR PIPE ZONE MATERIAL to a level 6 -inches above the top of the pipe. MaCNlland COllaalt1laf thy an a Inc-p-axaarWI' Faa.,Nvllie, Ark.a.w Section 02200 - 7 L 3.15 BASE FOR PIPE IN SOIL TRENCH A. Grade soil trench bottoms to the specified depths, for continuous and uniform pipe support. Place GRANULAR PIPE BASE AND PIPE ZONE MATERIAL in over excavated areas and from a level 4 -inches below the pipe to a level 4 -inches above the top of the pipe, for PVC pipe. Utilize NATIVE PIPE BASE AND PIPE ZONE MATERIAL for ductile iron pipe. 3.16 TRENCH BACKFILL ABOVE THE PIPE ZONE A. In all water and sewer trenches under City streets and 6th Street (Hwy 180) deposit FLOWABLE SELECT FILL, as specified hereinbefore from the top of the pipe zone material to within 6 -inches of the pavement surface. The top 6 -inches shall be GRANULAR FILL material until pavement repair is made. Repair any subsequent damage caused by settlement of trenches at the Contractor's sole expense. B. In trenches under driveways, paved, parking areas, and sidewalks, backfill with compacted native materials to within 12 -inches of the surface. Place 12 -inches of GRANULAR FILL (Class 7 Base) and compact to not less than 98% relative compaction. Place additional GRANULAR FILL if settlement occurs, at the Contractor's sole expense. C. In other areas the excavated trench material may be used for backfill. Push by mechanical means, first onto the slope of the backfill previously placed and allow to roll down into the trench. Do not allow free fall of the material into the open trench. Under no circumstances allow sharp, heavy pieces of material to drop directly onto the pipe or the material in the pipe zone. Backfill material shall not exceed 1/4 cubic foot in size and shall be intermixed with finer material to produce completed fill that is free from detrimental voids and segregation. Neatly windrow the material over the trench to provide for future settlement. Any excess or deficiency of backfill material after settlement within the guarantee period shall be corrected by regrading and adding or removing material. 3.17 SITE GRADING A. Perform all earths and/or established for topsoil where finish slopes of grades, and cross all exposed roots rork to the lines and grades as shown by the Engineer, with proper allowance specified or shown. Shape, trim, and channels to conform with the lines, sections shown. Make slopes free of and stones exceeding 3 -inch diameter Section 02200 - 8 r I I I I I 1 I I H I I 11 YKNflaad fbnWfhnl !nylon fn fnY 1 Fay.fl.Wfrlen... ln� A w I I I I I I C p I I I [] I I LI I I which are loose and liable to fall. Round tops of banks to circular curbs, in general, not less than a 6 -foot radius. Rounded surfaces shall be neatly and smoothly trimmed. Overexcavating and backfilling to the proper grade will not be acceptable. Finished site grading will be reviewed by the Engineer. 3.18 DISPOSAL OF EXCESS EXCAVATION A. Dispose of all excess excavated materials, not required or suitable for use as backfill or fill, outside of the area of work. Contractor shall make his own arrangements for the disposal of the excavated material and bear all costs or retain any profit incidental to such disposal. 3.19 SETTLEMENT A. Any settlement in backfill, fill, which may occur within the 1 -year guarantee period in the General Conditions will be considered to be caused by improper compaction methods and shall be corrected at the Contractor's sole expense. 3.20 DRAINAGE CULVERTS A. Replace in kind drainage culverts which are destroyed. If the culvert cannot be reused, dispose of it and furnish and install new pipe. All culverts shall be protected from damage or restored to equivalent condition, if damaged, at no cost to the Owner. B. Replace culverts to the existing lines and grades. Do not replace culverts until the proposed pipeline is installed and the backfill of the trench has been completed to the subgrade of the culvert. fli�e ZViTY"QV4 A. Payment for the work in this Section will be included as part of the unit price and lump sum bid amounts stated in the Proposal. B. Payment for trench excavation, pipe base and pipe zone material and for trench backfill for the water lines shall be included in the unit price for the water lines. C. Rock excavation shall be measured for payment as the actual quantity of rock removed within the following limits: raNlload CbnrlAn/ nair n bwsyNOM Fq,IIHH/H. A'S Section 02200 - 9 I 1. Maximum depth for payment purposes shall be 4 inches below the bottom outside surface of the barrel of the proposed pipeline. 2. Maximum width for payment purposes shall be 24 inches. If the actual width of excavation is less than 24 inches, payment will be based on the actual measured width. Payment for rack excavation will be based on the unit price per cubic yard stated in the Proposal and will be paid in addition to the linear foot payment for trench excavation and backfill. Payment for rock excavation shall include full compensation for all labor, equipment, materials, and incidentals necessary by mechanical means to excavate the material. No payment will be made for rock excavated below the required grade or outside the widths mentioned above. No payment will be made for rock removal by any method other than mechanical means. Payment for imported GRANULAR PIPE BASE AND PIPE ZONE MATERIAL shall be made separately. D. Payment for trench stabilization material will be based on the unit price per ton stated in the Proposal. Measurement will be based upon individual trip tickets of actual truck measure furnished the Engineer for tons used under this item. Trip tickets shall be presented to the Engineer for his signature on the day the material is delivered. No payment will be allowed on trip tickets not so validated by the Engineer. Payment for this item shall constitute full compensation for all materials, labor, equipment, and incidentals necessary to furnish materials at trench side and for placing and compacting it in the trench and for the extra depth of trench excavation required below the pipe base grade to provide far a stable base for the pipe. This item is to provide for unstable base encountered in the progress of the work and shall be used only under the direction of the Engineer. E. Payment for FLOWABLE SELECT MATERIAL used for trench backfill in streets will be based on the unit price per linear foot stated in the Proposal for water lines and sewer lines crossing city streets or 6th Street (Hwy 180). This payment shall constitute full compensation for the work as specified herein. Section 02200 - 10 MCMIIaad QM-lfq a,+It.Ni M, irslra I 1 I I I I 1 I 1 I I 1] I 1 11 I I I I I Li I I I I I I I I I I F. Payment for GRANULAR FILL (Class 7 Base only) used for street crossings, driveways parking areas and other authorized areas will be based on the unit price per ton stated in the Proposal, and the number of tons placed within the authorized limits. This payment shall constitute full compensation for the work as specified herein. Quantities for payment purposes shall be the actual number of tons used, based on truck weights and trip tickets signed by the Engineer. Trip tickets shall be presented to the Engineer for his signature on the day that the material is delivered. G. No separate payment will be made for protecting, repairing and/or replacing existing culverts. H. Payment for GRANULAR PIPE BASE AND PIPE ZONE MATERIAL (Class 7 Base, Grit or Sand) used for bedding all PVC water and sewer pipe shall be included in the unit price per linear foot stated in the Proposal for water and sewer lines. This payment shall constitute full compensation for the work as specified herein. I. Payment for TRENCH EXCAVATION AND SAFETY SYSTEMS used for this project will be based on the lump sum price stated in the Proposal. Payment shall be made in two (2) equal payment at 50% and 100% completion of the water and sewer line trenches. This payment shall constitute full compensation for the work as specified herein. END OF SECTION M<Cla11and Ca ,aimn0 EMlaaara ffictfltOttd Fa,rfarllla, Arauaaoa Section 02200 - 11 I I I I I I I I I I I I I I I [i I I SECTION 02218 LANDSCAPING GRADING PART 1 GENERAL 1.01 WORK INCLUDED A. Finish grade subsoil. B. Place, level, and compact topsoil. 1.02 RELATED WORK A. Section 01400 - Quality Control: Compaction requirements of backfill. B. Section 02200 - Rough Grading - Subsoil contouring. C. Section 02200 - Backfilling: Backfilling and compacting fill. D. Section 02200 - Trenching: Excavation, backfill, and compacting fill in trenches. E. Section 02485 - Finish ground cover. 1.03 PROTECTION A. Protect landscaping and other features remaining as final work. B. Protect existing structures, fences, roads, sidewalks, paving, and curbs. PART 2 PRODUCTS 2.01 MATERIALS A. Topsoil: Reused or imported, friable loam; free of subsoil, roots, grass, excessive amount of weeds, stone, and foreign matter; acidity range (pH) of 5.5 to 7.5; containing a minimum of 4 percent and a maximum of 25 percent organic matter. Section 02218 - 1 I MaCMINad fbaw gt q aasrwar s Faya/Nwlla, Araaaaw PART 3 EXECUTION 3.01 INSPECTION A. Verify site conditions and note irregularities affecting work of this Section. B. Beginning work of this Section means acceptance of existing conditions. 3.02 SUBSOIL PREPARATION A. Eliminate uneven areas and low spots. Remove debris, roots, branches, stones in excess of 3 inches in size. Remove subsoil contaminated with petroleum products. B. Scarify subgrade to depth of 3 inches where topsoil is scheduled. Scarify in areas where equipment used for hauling and spreading topsoil has compacted subsoil. 3.03 PLACING TOPSOIL A. Place topsoil in areas where seeding is scheduled. B. Use topsoil in relatively dry state. Place during dry weather. C. Fine grade topsoil eliminating rough or low areas. Maintain levels, profiles, and contours of subgrade. D. Remove stone, roots, grass, weeds, debris, and foreign material while spreading. E. Manually spread topsoil around plants and structures to prevent damage. F. Lightly compact placed topsoil. G. Remove surplus subsoil and topsoil from site. H. Leave stockpile area and site clean and raked, ready to receive grass seeding. 3.04 TOLERANCES A. Top of Topsoil: Plus or minus 1 inch. Section 02218 - 2 klnCNfl/n/ fnklnkv. /nnrOnr,M peen. rub. Arkannw i 1 i 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 3.05 SCHEDULE OF LOCATIONS A. The following paragraphs identify compacted topsoil thicknesses for various locations. B. Seeded Grass: 6 inches. 3.06 PAYMENT A. Payment for the work in this Section will be included as part of the applicable Lump Sum price bid. END OF SECTION SCI. Hind Camallln9 E Iaaara InaCraaraNd F .f lif, Arkaawa Section 02218 - 3 I SECTION 02223 RAILROAD UNDERCROSSING PART 1 GENERAL 1.01 SCOPE A. This Section covers the work necessary for the construction of the railroad undercrossing, complete, within the limits shown. B. All necessary permits for the undercrossings will be obtained by the Owner. C. The operation across the Arkansas and Missouri Railroad Company's right-of-way must conform to the requirements of the railroad company as outlined in a pipeline crossing agreement made between the railroad company and the Owner. The Contractor shall obtain and deliver to the railroad company a public liability and property damage insurance policy in the amount required in the pipeline crossing agreement. The insurance company writing the policy shall be authorized to do business in the State of Arkansas and shall be satisfactory to the railroad company. The insurance policy or policies shall be delivered to and remain in the possession of the railroad company. If any special agreement is required between the Contractor and the railroad company, it shall be completed and signed before the Contractor enters upon or commences work an the railroad property. D. Consult with the local railroad agent to determine the most convenient day and hour for the undercrossings to be constructed. E. The crossing shall be made by boring and insertion of a casing pipe, unless specifically otherwise noted hereinafter. However, if the Contractor encounters solid rock and is unable to complete the bore, he shall obtain permission from the Permitter to make an open cut. The Contractor shall comply with all requirements of the Permitter. F. Prior to starting construction, all required labor, materials, and equipment shall be on the site. Notify all permitters at least 48 hours in advance of working within their right-of-way. The term "Permitter" as used herein shall be understood to mean the party, agency, or governmental authority issuing the permit or permits for the construction within the said right-of-way. Section 02223 - 1 r I I El I I II [] 1 I I I I [1 I J MCCJliSond Oen rn f fll]IM nI. Mpea.ranM , Fpp11� yell, A rlpnwr 1.02 LOCATION A. Undercrossings to be made by the boring and jacking method include the Arkansas and Missouri Railroad undercrossing as designated on the Drawings. PART 2 PRODUCTS 2.01 WATER PIPE A. Strength classification and type shall be as shown on the Drawings and shall conform to Section 15001-2 and 15001-14. 2.02 EXCAVATION A. Excavation shall conform to Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 2.03 IMPORTED GRANULAR PIPE BASE AND PIPE ZONE MATERIAL A. Conform to Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 2.04 TRENCH BACKFILL A. Rock or foundation stabilization and granular backfill shall conform to Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 2.05 STEEL CASING PIPE A. Provide casing of size to permit proper construction to the required lines and grades. Casing shall be type shown below, fabricated in sections for welded field joints. B. The minimum wall thickness shall correspond to the size of casing selected from the following. For Railroad Undercrossings Smooth Steel Pipe Diameter Minimum Thickness jnches 35.000 psi Steel 24 0.406 Section 02223 - 2 YGCNlbna Cbnsllling fgj inn IamraKmaO Faja,NHIIa, Araaaaaa I 2.06 CONCRETE A. ASTM C 94, Alternate 2. Proportion and mix to produce a minimum compressive strength of at least 3,000 psi at 28 days. Maximum size of aggregate 1 -1/2 -inch, slump between 2 and 4 inches. 2.07 SAND A. Sand for sealing the annular space between the carrier pipe and the casing pipe shall conform to ASTM C 33. 2.08 STAINLESS STEEL BANDS A. One -half -inch wide by 0.020 -inch thick, 304 stainless steel bands, or equal. 2.09 SEALS AND SUPPORTS A. Lumber shall be No. 2 West Coast Douglas fir graded in conformance with WWPA Current Grading Rules, No. 2 Yellow Southern Pine, or equal. Material shall be pressure treated with creosote or pentachlorophenol in mineral spirits in accordance with AWPA C14, CS, C9, and C2 as applicable. Minimum retention shall be as designated for contact with ground. Method of treatment in accordance with the applicable portion of the AWPA manual standards. Insofar as practicable, all timbers shall be cut to size before the material is given the preservative treatment. PART 3 EXECUTION 3.01 GENERAL A. Prior to the start of the work, submit satisfactory evidence to the Engineer that all insurance coverage requirements called for by the Permitter have been complied with. All proposed construction methods and materials for the undercrossing shall be approved by the Engineer and Permitter prior to the crossing operation, and no construction shall be started until written approval to proceed from the Permitter has been submitted to the Engineer. 3.02 TRENCH EXCAVATION AND BACKFILL A. Conform to the applicable portions of Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. At designated locations, compact granular base backfill for full depth Section 02223 - 3 I I H I I Li L I I I I I [1 I J L I ktCClJGM mn wkMln. Elilwrl ' Intv►�roNO rdyMftn Re, AFft M I I I I I I I of trench with approved mechanical tampers to 95 percent maximum density as determined by AASHTO T 99. 3.03 CASING A. Size of casing shall be large enough to provide sufficient working space to properly install the water pipe to lines and grades shown. Minimum acceptable sizes are shown on the Undercrossing Schedule and on the Drawings. Jacked or bored casings shall be continuously welded at joints for a rigid, watertight encasement. 3.04 UNCASED PIPE A. Provide granular base under all pipe within limits of crossing. Base and pipe installation to conform to Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 3.05 CASED PIPE A. Provide strapped timber cradle both over and under barrel of pipe, join pipe, and slide into casing. Cradles shall be strapped to pipe barrel as shown on the Drawings. B. Pipe installation to conform to applicable portions of Section 02200 and Section 15001. 1 13.06 PLACING FILL IN CASING A. Fill the annular space between the casing and the pipe completely with sand to prevent pipe flotation during high water. Accomplish filling by pouring or pumping the sand from the two ends and such intermediate points as may be necessary. Filling, once commenced at any one point, shall be completed without stopping. Suitable low pressure equipment, having capacity to delivery sand under pressure of up to 5 pounds per square inch, will be approved by the Engineer. B. Dispose of excess excavated material as approved by the Engineer. 3.07 PLACING CONCRETE SEALS AT ENDS OF CASING A. After the water pipe has been tested and approved, construct a wood form at the ends of the casing and pour minimum 18 -inch -thick concrete plugs as shown. Work the concrete around the pipe so that the plug will provide a tight seal. Section 02223 - 4 r.CNIJ..a mwn.o La -I /azry.r.M Fap.H.vlll., Arlmaw I 3.08 CONTRACTOR'S RESPONSIBILITY A. The Contractor shall be fully responsible for settlement or deterioration of the finished undercressing surface during the warranty period. B. The Owner will withhold final payment for this project until the Contractor furnishes a satisfactory release from the Permitter stating that all claims for labor and materials have been satisfied and that the Contractor's work across the right-of-way has been completed to the satisfaction of the Permitter. 3.09 PAYMENT A. Payment for the railroad crossings designated to be bored and jacked will be based upon applicable unit prices stated in the Proposal. Separate payment will be made for the water pipe installed through the casing and for granular fill material. END OF SECTION Section 02223 - 5 YKNflnnf pN�l/i n/ a wwMN. n{�yM QNR F.y.fl.wil.1 Ark.nW. I I I I r I I [3 I I I L L 1l I I I I I IH H I I I I I I I 7 H SECTION 02224 HIGHWAY UNDERCROSSING 1.01 SCOPE A. This section covers the work necessary for the construction of the highway undercrossings, complete, within the limits shown. B. The Owner will prepare and submit the necessary Highway Department permit applications. The owner will post the bonds required by the Highway Department for undercrossing and utility construction. C. The operation across the highway right-of-way must conform to the requirements of the Arkansas Highway and Transportation Department (Permitter). Comply, also, with the applicable requirements of the GENERAL CONDITIONS and the SUPPLEMENTARY CONDITIONS. D. All designated paved highway crossings shall be made by boring or jacking and insertion of a casing pipe, unless specifically otherwise noted hereinafter. However, if the Contractor encounters solid rock and is unable to complete the bore, he shall obtain permission from the Permitter to make an open cut. The Contractor shall comply with all requirements of the Permitter. E. Prior to starting construction, all required labor, materials, and equipment shall be on the site. Notify all permitters at least 48 hours in advance of working within their right-of-way. The term "Permitter" as used herein shall be understood to mean the party, agency, or governmental authority issuing the permit or permits for the construction within the said right-of-way. 1.02 LOCATION A. Undercrossings to be made by the boring or jacking method include all undercrossings of Arkansas Highway 180 (6th Street) 10 feet beyond existing pavement. Section 02224 - 1 MKNIIand naiJ tin, E moon InCarVoroN1 Fo}IMOMN, Ark. { PART 2 PRODUCTS 2.01 WATER AND SEWER PIPE A. Strength classification and type as shown in the Undercrossing Schedule, all conforming to Section 15001-14, 15005, and 15012. 2.02 UNDERCROSSING SCHEDULE A. As noted on Drawings. 2.03 SERVICE LINE UNDERCROSSINGS A. As shown on the Drawings. 2.04 EXCAVATION A. Excavation shall conform to Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 2.05 IMPORTED GRANULAR PIPE BASE AND PIPE ZONE MATERIAL A. Conform to Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 2.06 TRENCH BACKFILL A. Rock or foundation stabilization and granular backfill shall conform to section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 2.07 STEEL CASING PIPE A. Provide 18 -inch casing to permit proper construction to the required sewer lines and grade. Casing shall be type shown below, fabricated in sections for welded field joints. B. The minimum wall thickness shall correspond to the dimensions of standard weight steel pipe. C. Casing length shall be as necessary to conform to the criteria shown on the details on the Drawings and shall be a minimum of 5 feet beyond the proposed curb and gutter limits. 2.08 CONCRETE A. ASTM C 94, Alternate 2. Proportion and mix to produce a minimum compressive strength of at least 3,000 psi at 28 Section 02224 - 2 ra'fFIiaM iMNfIj.f Fglnnnn Inm-ye�eflf Fay*MniU., Aal.rw I ' 2.09 ' A 2.10 A 2.11 days. Maximum size of between 2 and 4 inches. aggregate 1 -1/2 -inch, slump Sand for sealing the annular space between the carrier pipe and the casing pipe shall conform to ASTM C 33. STAINLESS STEEL BANDS One -half -inch wide by 0.020 -inch thick, 304 stainless steel bands, or equal. SEALS AND SUPPORTS A. Lumber shall be No. 2 West Coast Douglas fir graded in conformance with WWPA Current Grading Rules, No. 2 Yellow Southern Pine, or equal. Material shall be pressure treated with creosote or pentachlorophenol in mineral spirits in accordance with AWPA C14, C8, C9, and C2 as applicable. Minimum retention shall be as designated for contact with ground. Method of treatment in accordance with the applicable portion of the AWPA manual standards. Insofar as practicable, all timbers shall be cut to size before the material is given the preservative treatment. PART 3 EXECUTION 3.01 GENERAL A. Prior to the start of the work, submit satisfactory evidence to the Engineer that all insurance coverage requirements called for by the Permitter have been complied with. All proposed construction methods and materials for the undercrossing shall be approved by the Engineer and Permitter prior to the crossing operation, and no construction shall be started until written approval to proceed from the Permitter has been submitted to the Engineer. 3.02 TRENCH EXCAVATION AND BACKFILL A. Conform to the applicable portions of Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. At designated locations, compact granular base backfill for full depth of trench with approved mechanical tampers to 95 percent maximum density as determined by AASHTO T 99. Section 02224 - 3 ucCNllaod Cbn altM E Mnra Iaarya/olaa fal+llaWlla, Arbnaaa Li 3.03 CASING A. Size of casing shall be large enough to provide sufficient working space to properly install the water pipe to lines and grades shown. Minimum acceptable sizes are shown on the Undercrossing Schedule and on the Drawings. Jacked or bored casings shall be continuously welded at joints for a rigid, watertight encasement. 3.04 UNCASED PIPE A. Provide granular base under all pipe within limits of crossing. Base and pipe installation to conform to Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 3.05 CASED PIPE A. Provide strapped timber cradle both over and under barrel of pipe, join pipe, and slide into casing. Cradles shall be strapped to pipe barrel as shown on the Drawings. B. Pipe installation to conform to applicable portions of Section 02200 and Section 15001. 3.06 PLACING FILL IN CASING A. Fill the annular space between the casing and the pipe completely with sand to prevent pipe flotation during high water. Accomplish filling by pouring or pumping the sand from the two ends and such intermediate points as may be necessary. Filling, once commenced at any one point, shall be completed without stopping. Suitable low pressure equipment, having capacity to delivery sand under pressure of up to 5 pounds per square inch, will be approved by the Engineer. B. Dispose of excess excavated material as approved by the Engineer. 3.07 PLACING CONCRETE SEALS AT ENDS OF CASING A. After the water pipe has been tested and approved, construct a wood form at the ends of the casing and pour minimum 18 -inch -thick concrete plugs as shown. Work the concrete around the pipe so that the plug will provide a tight seal. Section 02224 - 4 I I I I I I I I Li I I I I Li I I (nInnMa t Inney�raMd Fay.ittvt ., Arinnw ' 13.08 CONTRACTOR'S RESPONSIBILITY I L, H 7 I I I I I I Li L [1 I A. The Contractor shall be fully responsible for settlement or deterioration of the finished undercrossing pavement during the warranty period. B. The Owner will withhold final payment for this project until a satisfactory release from the Highway Department stating that all claims for labor and materials have been satisfied and that the Contractor's work across the right-of-way has been completed to the satisfaction of the Highway Department. 3.09 PAYMENT A. Payment for the highway crossings designated to be bored and jacked or direct buried will be based upon applicable unit prices stated in the Proposal. Separate payment will be made for the water and sewer pipe installed through the casing and for granular fill material. END OF SECTION McClelland ngWJIlI [Igin.i lnee InosaeraMd Fayetteville, Arkansas Section 02224 - 5 I SECTION 02485 FINISH GRADING AND GRASS PART 1 GENERAL 1.01 SCOPE A. This Section covers the work necessary for the finish grading and grass establishment, complete, including furnishing and delivery of material and seeding and maintenance of grass. The intention of this Specification is that the Contractor returns areas of damaged turf to the condition in which he found them at the start of the job and that a grass stand be established on all cleared areas. The only areas not to be seeded are areas receiving gravel or paved surfaces. 1.02 GENERAL A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. PART 2 MATERIALS 2.01 TOPSOIL A. Existing topsoil shall be reused where practical. See Section 02218, LANDSCAPE GRADING. 2.02 SEED A. Certified, blue tag, clean, delivered in original, unopened packages and bearing an analysis of the contents, guaranteed 95 percent pure and to have a minimum germination rate of 85 percent, within 1 year of test. 2.03 SEED MIX A. Mix for all areas shall follow the recommendations of the local Agricultural Extension Agent, depending on the season. B. Separate lawn and field grass mixes shall be utilized as appropriate for the application area. ` Section 02485 - 1 YaCNlhan. C.naalfa. [pla.ua Fv)!lN rlll., Arkan.m El I I I I I I I I I I I I U L I I PART 3 EXECUTION 3.01 PROJECT SCHEDULE A. The overall Project Schedule shall show an anticipated time for grading and seeding to take place, so that seasonal consideration can be given attention. 3.02 CONSTRUCTION METHODS - GRADING OF TOPSOIL A. Shape the topsoil over the area to the desired shape and contour. B. Apply commercial fertilizer at the manufacturer's recommended rate, distributing it uniformly with a mechanical spreader. The minimum application rate shall be 500 lbs per acre. Fertilizer blend shall be as recommended by the local Agricultural Extension Agent. 3.03 FINISH GRADING A. Thoroughly mix the topsoil and fertilizer. B. Rake the area to a uniform grade so that all areas drain in the same manner as at the start of the project. C. Lightly compact before planting grass. D. Remove all trash and stones exceeding 1 -inch in diameter from area to a depth of 3 -inches prior to preparation and planting grass. 3.04 TIME OF SEEDING A. Conduct seeding under favorable weather conditions during seasons which are normal for such work as determined by accepted practice in locality of project. 3.05 MECHANICAL SEEDING A. Sow grassed areas evenly with a mechanical spreader at rate of 100 pounds per acre, roll with cultipacker to cover seed, and water with fine spray. Method of seeding may be varied at discretion of Contractor on his own responsibility to establish a smooth, uniformly grassed area. 3.06 A. At the Contractor's option, seed may be applied by hydroseeding method. Seeding shall be done within 10 Section 02485 - 2 NKNIIond i rW nc InarrPefaNO Fey.H.Wllo, Arkona. I days following soil preparation. Hydroseed all areas at rate of 100 pounds seed and 500 pounds ammonium phosphate per acre. B. Proceed with seeding operation on moist soil, but only after free surface water has drained away. C. Exercise due care to prevent drift and displacement of mixture into other areas. 3.07 WINTER PROTECTIVE SEEDING A. Winter barley or annual rye grass applied at a rate of 120 pounds/acre shall be used after September 15. 3.08 MAINTENANCE A. Begin maintenance immediately after each portion of grass is planted and continue until a reasonable stand of grass has been obtained. Water to keep surface soil moist. Repair washed out areas by filling with topsoil, fertilizing, and seeding. 3.09 GUARANTEE A. If, at the end of a 180 -day period, a satisfactory stand of grass has not been produced, the Contractor shall renovate and reseed the grass or unsatisfactory portions thereof immediately, or, if after the usual planting season, during the next planting season. If a satisfactory stand of grass develops by July 1 of the following year, it will be accepted. If it is not accepted, a complete replanting will be required during the planting season meeting all of the requirements specified under CONSTRUCTION METHODS. B. A satisfactory stand is defined as grass or section of grass that has: No bare spots larger than 0.5 square feet. 3.10 PAYMENT A. Payment for the work in this Section will be included as part of the lump sum price bid stated in the Proposal. END OF SECTION Section 02485 - 3 Mau.' ions oenau ain, rnFlnWS Fayv Nvljl,, /.be.aW I I I I I I L C I I I I I I I 11 I I C SECTION 02601 ASPHALT AND CONCRETE RESTORATION PART 1 GENERAL I1.01 SCOPE I I H H C I I A. This section covers the work necessary for the restoration of asphalt and concrete pavement, replacement of sidewalks, curb and gutter, drainage facilities, and incidental work, complete. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.02 STANDARD SPECIFICATIONS A. Where the term "Standard Specifications for Highway Construction" is used, such reference shall mean the current edition of Arkansas Highway and Transportation Department Standard Specifications. Where reference is made to a specific part of the Standard Specifications, such applicable part shall be considered as part of this section of the Specifications. In case of a conflict in the requirements of the Standard Specifications and the requirements stated herein, the requirements herein shall prevail. 1.03 RELATED WORK SPECIFIED IN OTHER SECTIONS II A. Section 02200 - Earthwork, Trench Excavation and Backfill I H I I I Ii 1.04 SUBMITTALS DURING CONSTRUCTION A. Prior to the delivery of specified aggregate to the site, the Contractor shall submit samples of the material for the Engineer's approval. Samples shall be typical of materials to be furnished from the proposed source and in conformance with the specified requirements. B. Prior to the delivery of asphalt materials and paving mixes to the site, the Contractor shall submit certificates of compliance of such materials with these Specifications. AKCNlloRd can.nllln0 EMInnr. Ino.rp.roM Fnr/r.Wlln, Arkolnn. Section 02601-1 J C. Where laboratory testing is specified herein, the Contractor shall employ an independent testing laboratory to conduct such tests and submit certificates of the test results to ensure Specification conformance. D. The costs for submittals shall be included in the price(s) quoted for the work under this section. PART 2 MATERIALS 2.01 CONCRETE A. Concrete for sidewalks, pavement, and miscellaneous construction shall conform to ASTM C 94, Alternate 3; and shall have a design mix proportioned for 3,000 pounds per square inch compressive strength at 28 days. Concrete mix shall contain no less than 5-1/2 sacks of cement per cubic yard. 2.02 CONCRETE FORMS A. All forms for pavement and sidewalks shall be either 2 -inch dimensioned lumber, plywood, or metal forms. 2.03 CURING COMPOUND A. Commercial grade conforming to ASTM C 309, Type I. 2.04 REINFORCING STEEL A. Conform to ASTM A 615, Grade 40. 2.05 BASE COURSE A. Gravel for the base course shall be clean, hard, durable, pit -run crushed stone which is reasonably graded from coarse to fine. Base course shall conform to Section 303 for Class 7 Base of the Standard Specifications for Highway Construction and compacted as specified herein. 2.06 GRAVEL SURFACE COURSE A. Gravel for the surface course shall be clean, hard, and durable, and shall be reasonably graded from coarse to fine. The surface course shall conform to Section 303 for Class 7 Base of the Standard Specifications for Highway Construction. Section 02601-2 NcCSUOM GaauNLa/ N asOa eIM I I I H I L I I I I I I I I I I I C I I I I H I I I] 2.07 ASPHALT CEMENT A. Asphalt cement for binder shall be AC 85-100 paving asphalt conforming to the Standard Specifications unless otherwise specified. 2.08 PRIME COAT A. Asphalt to be used for a prime coat shall be asphalt emulsion Type RS -2, CRS -2, or liquid asphalt MC -70, MC -250, or RC -250 conforming to ASTM D 977, D 2397, D 2027, or D 2028. 2.09 TACK COAT A. Asphalt emulsion conforming to ASTM D 977 or D 2397, unless otherwise specified. 2.10 ASPHALT CONCRETE A. Asphalt concrete for paving the designated area shall be Type II hot -plant mix and all materials shall conform to the requirements of Section 408 of the Standard Specifications for Highway Construction. Portions of the referenced specification that are obviously not applicable for the type of work to be done shall be disregarded. PART 3 EXECUTION 3.01 CONSTRUCTION PROCEDURE A. Trench backfill shall be as specified in Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. B. Replace all bituminous pavement damaged under this Contract with like materials. C. Replace concrete pavement damaged under this Contract with minimum of 6 -inch thickness or to conform with existing, whichever is greater. D. In addition to the requirements set forth herein, the work shall conform to the applicable workmanship requirements of the AHTD Standard Specifications referenced heretofore. Section 02601-3 Yoc&t.s Mwtl1U� ' (k/IMKk IkoorOkrolkL Fo,�M.Nllk, Arkomw I 3.02 REMOVAL CF PAVEMENT, SIDEWALK, CURBS, AND GUTTERS A. Removal of all pavement, sidewalks, curbs, and gutters shall conform to Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL, and payment for removal shall be included in that section. 3.03 STREET MAINTENANCE A. Maintain all trenches as specified under Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 3.04 EXCAVATION AND BACKFILL A. Excavation and backfill are specified in Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. Special backfill around culvert pipe is specified with the culvert installation. 3.05 PREPARATION OF SUBGRADE A. Bring subgrade to proper grade and cross section shown by means of a blade grader or other suitable equipment. Compact subgrade with bulldozer, roller, loaded trucks, or other suitable equipment moving uniformly over the surface. As the compaction of the subgrade proceeds, dig out all soft or spongy areas and fill the resulting holes with locally available red chert, clay gravel, or other material satisfactory to the Engineer. Dispose of excess materials resulting from grading. Do not permit heavy machinery to operate adjacent to structures where such operations may cause damage. The finished subgrade shall provide a satisfactory base for the road and be acceptable to the Engineer. 3.06 BASE COURSE A. Spread gravel base course on prepared subgrade in a uniform layer, without segregation of size, to such loose depth that, when compacted, the course shall have a thickness of 6 -inches. Compact the base course to a minimum of 100 percent of the maximum density as determined by ASTM D 698. Sprinkle base material as necessary to aid compaction. Blade ruts and irregularities smooth during the compaction process until a smooth surface, conforming to the grade shown, is obtained. Section 02601-4 MOCM/IOM ,ctiii.. NKt OYNraM/ FdY&WYIPa. Ar)wq 11 I I H 11 I [H C I] I U I El I I H Li L L L H L 7 I L C r I [1 I I I I I 3.07 SURFACE COURSE TOP COURSE A. The cross section of the finished surface shall be subject to reasonable variation by the Engineer to meet the varying conditions encountered. Spread the 1 -1/2 -inch minus rock to such a loose depth that, when compacted, it will be a minimum depth of 2 -inches. Compact the surface material to the same as that specified for the base course and blade until the top surface is smooth and conforms to the grade and crown requirements shown. 3.08 TACK COAT A. Apply a tack coat on existing asphalt concrete pavement and to each lift of new pavement that is to receive a succeeding lift in conformance with Section 403 of the Standard Specifications for Highway Construction. 3.09 PRIME COAT A. The prime coat shall be applied to the leveling course in accordance with Section 403 of the referenced specification at the rate of 0.20- to 0.30 -gallon per square yard of surface area. The exact amount is to be determined by the Engineer. 3.10 CONSTRUCTION OF ASPHALT CONCRETE PAVEMENT A. Lay asphalt concrete over the base course in a single lift and the compacted depth shall be 3 -inches. The method of proportioning, mixing, transporting, laying, processing, rolling the material, and the standards of workmanship shall conform to the applicable requirements of Section 408 of the Standard Specifications. B. The Engineer will examine the base before the paving is begun and bring any deficienciesto the Contractor's attention to be corrected before the paving is started. Roll each lift of the asphalt concrete and compact to the density specified in the referenced Standard Specification for Highway Construction. The grade, line, and cross section of the finished surface shall conform to the Drawings. Asphalt or asphalt stains which are noticeable upon surfaces of concrete or materials which will be exposed to view shall be promptly and completely removed. MOClallan Canaallln/ Fnvnnt. alaeraaralna Fa lttnilla, Araalus Section 02601-5 I 3.11 SURFACE RESTORATION A. Maintain all trenches as specified under Section 02200, EARTHWORK, EXCAVATION AND BACKFILL, until surface restoration is completed. 3.12 ASPHALT CONCRETE PAVEMENT REPLACEMENT FOR PIPE TRENCHES A. Bring the trench to a smooth, even grade at the correct distance below the top of the existing pavement surface so as to provide adequate space for the base course and pavement. Trim existing pavement to a straight line to remove any pavement which has been damaged or which is broken and unsound to provide a smooth, sound edge for joining the new pavement. I I H C B. Compact the subgrade with mechanical vibratory or impact tampers to a minimum of 95 percent of maximum as determined by ASTM D 1557. Any subsequent settlement of the finished surfacing during the warranty period shall be promptly repaired by the Contractor, at the Contractor's sole expense. C. Place sufficient base course on the subgrade to obtain a thickness of 6 inches after compaction. Place for the full width of the trench and process as required to provide a smooth surface without segregation. D. Compact the base course with mechanical vibratory or impact tampers to a minimum of 95 percent of maximum density as determined by ASTM D 1557. Any subsequent settlement of the finished surfacing during the warranty period shall be promptly repaired by the Contractor, at the Contractor's sole expense. E. Place base course under all pavement to be replaced and, in addition, under gravel surfaced shoulders and other graveled areas. F. After the leveling course has been compacted, apply an asphalt prime coat, specified above, at 0.20 to 0.30 gallon per square yard to the surface of the leveling course and to the edges of the existing pavement. G. Place the asphalt concrete on the prepared subgrade over the trench to a compacted depth of not less than 3 inches or the depth of the adjacent pavement, whichever is greater. Spread and level the asphalt concrete with hand Section 02601-6 *Oct.? ~ pen,-MlA. Ina>►Mahf Far11..IN, A,hyll... 1. C C I II I Li Li H H I I I 1 I I L L L L I n tools or by use of a mechanical spreader, depending upon the area to be paved. Bring the asphalt concrete to the proper grade and compact by rolling or the use of hand tampers where rolling is impossible or impractical. H. Roll with power rollers capable of providing compression of 200 to 300 pounds per linear inch. Begin the rolling from the outside edge of the replacement progressing toward the existing surfacing, lapping the existing surface at least 1/2 the width of the roller. If existing surfacing bounds both edges of the replacement, begin rolling at the edges of the replacement, lapping the existing surface at least 1/2 the width of the roller, and progress toward the center of the replacement area. Overlap each preceding track by at least 1/2 the width of the roller and make sufficient passes over the entire area to remove all roller marks. I. The finished surface of the new compacted paving shall be flush with the existing surface and shall conform to the grade and crown of the adjacent pavement. J. Immediately after the new paving is compacted, all joints between new and original asphalt pavement shall be painted with hot asphalt or asphalt emulsion and be covered with dry paving sand before the asphalt solidifies. K. The surface smoothness of the replaced pavement shall be such that when a straightedge is laid across the patch area between the edges of the old surfacing and the surface of the new pavement, the new pavement shall not deviate from the straightedge more than 1/4 inch. 3.13 WEATHER A. Asphalt shall not be applied to wet material. Asphalt shall not be applied during rainfall, sand or dust storms, or any imminent storms that might adversely affect the construction. The Engineer will determine when surfaces and material are dry enough to proceed with construction. Asphalt concrete shall not be placed (1) when the atmospheric temperature is lower than 40 degrees F, (2) during heavy rainfall, or (3) when the surface upon which it is to be placed is frozen or wet. Asphalt for prime coat shall not beapplied when the surface temperature is less than 50 degrees F. Exceptions will be permitted only in special cases and only with prior written approval of the Engineer. YcCNIlend Conwllllall na/laaan InaarparaM Fc,+H.WIN, Arkanaw Section 02601 -7 I 3.14 PROTECTION OF STRUCTURES A. Provide whatever protective covering may be necessary to protect the exposed portions of bridges, culverts, curbs, gutters, posts, guard fences, road signs, and any other structures from splashing oil and asphalt from the paving operations. Remove any oil, asphalt, dirt, or any other undesirable matter that may come upon these structures by reason of the paving operations. B. Where water valve boxes, manholes, catch basins, or other underground utility appurtenances are within the area to be surfaced, the resurfacing shall be level with the top of the existing finished elevation of these facilities. If it is evident that these facilities are not in accordance with the proposed finished surface, notify the Engineer to have the proper authority contacted in order to have the facility altered before proceeding with the resurfacing around the obstruction. Consider any delays experienced from such obstructions as incidental to the paving operation. No additional payment will be made. Protect all covers during asphalt application. 3.15 EXCESS MATERIALS A. Dispose of all excess materials. Make arrangements for the disposal and bear all costs or retain any profit incidental to such disposal. 3.16 CONTRACTOR'S RESPONSIBILITY A. Settlement of replaced pavement over trenches within the warranty period shall be considered the result of improper or inadequate compaction of the subbase or base materials. The Contractor shall promptly repair all pavement deficiencies noted during the warranty period at the Contractor's sole expense. 3.17 CONCRETE PAVEMENT A. Pavement replaced shall be the same thickness as that removed, except that in no instance shall it be less than a minimum of 6 inches. Protect the newly placed concrete from traffic for a period of 7 days and cure by covering with burlap, sand, earth, or sawdust, which is kept continuously wet. B. Handle and place concrete pavement in accordance with the Standard Specifications for Highway Construction of the Arkansas State Highway and Transportation Department. Section 02601-8 C C I I F I I I I I I I I [1 paCNllaee CM ft. ee fte;rW / NO/reKONQ Fel/MOvfs. A rbnw/ El I I 11 I I I H I I H I 7 H I I 3.18 GRAVEL SURFACING A. Where required by the Drawings, and where necessary to match existing surfaces, place crushed rock, gravel surfacing material, as specified herein, on streets, driveways, parking areas, street shoulders, and other graveled areas disturbed by the construction. Spread the rock by tailgating and supplement by hand labor where necessary. Level and grade the rock to conform to existing grades and surfaces. 3.19 A. 3.20 A. 3.21 ASPHALT DRIVEWAYS AND WALKS Replace asphalt driveways and walks in accordance with ASPHALT CONCRETE PAVEMENT REPLACEMENT. CLEANUP Clean up all debris and unused materials from the paving operation. Clean all surfaces that have been spattered or defaced as a result of the paving operation. CONTRACTOR'S RESPONSIBILITY A. The Contractor shall be fully responsible for settlement or deterioration of the finished street crossing pavement during the warranty period. 3.22 PAYMENT A. Payment for the work under this section shall be based on the appropriate unit prices stated in the Contractor's Proposal. Payment shall be considered full compensation for furnishing all labor, materials, and equipment to complete the work as specified under this section. B. Payment for replacement of gravel surface and base course shall be made as specified in Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 3.23 ASPHALT CONCRETE AND PORTLAND CEMENT CONCRETE PAVEMENT REPLACEMENT A. Payment for asphalt concrete and portland cement concrete pavement will be based on the unit price per square yard stated in the Contractor's Proposal for the actual area replaced. Payment will be limited to a maximum width of 8 feet. All pavement damaged outside this 8 -foot limit shall be replaced at the Contractor's sole expense. The number of square yards will be measured by the Engineer. McCNIland Canwllln/ f_fl.,. naan IfMrlar Fa)allaWlla, Artranas section 02601-9 I B. The unit prices shall include payment for excavation required to provide space for the surfacing, preparation of the trench, tack coat, prime coat, surfacing, disposal of all excess excavated materials, and all other work required to complete the resurfacing. END OF SECTION Section 02601 - 10 McCMIIa d nl,aMIM ( ylM.•. IaeOrparalN Far/N hna, Arfmw I I I I] I 1 L; I 1 I I I I I I I I PART 1 GENERAL ' 11.01 SCOPE I I I I I I I SECTION 02740 MANHOLE CONSTRUCTION A. This section covers the work necessary for the construction of manholes, complete. Manhole Details are as shown on the Drawings. PART 2 MATERIALS 2.01 BASE ROCK A. Clean gravel or crushed rock conforming to the requirements for GRANULAR FILL as specified in Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 2.02 CONCRETE A. Ready -mixed, conforming to ASTM C94. Compressive field strength for manhole bases and walls shall be not less than 3,000 psi at 28 days. Maximum size of aggregate shall be 1-1/2 inches. Slump shall be between 2 and 4 inches. 2.03 FORMS A. Exterior exposed surfaces shall be plywood. Others shall be matched boards, plywood, or other approved material. Form all vertical surfaces. Trench walls, large rock, or earth will not be approved form material. ' 12.04 REINFORCING STEEL A. Conform to ASTM A 615, Grade 40, deformed bars. I I I I 2.05 POURED -IN -PLACE MANHOLES A. Poured -in -place type manholes must be used in accordance with details of construction approved by the Engineer. Precast manhole sections will not be used. 2.06 MORTAR A. Standard premixed mortar conforming to ASTM C 387 or proportion 1 part portland cement to 2 parts clean, well -graded sand which will pass a 1/8 -inch screen. Section 02740 - 1 NCw* find nifl Mo For/NM11ry Atkasw Admixtures may be used not exceeding the following percentages of weight of cement: Hydrated lime, 10 percent; diatomaceous earth or other inert materials, 5 percent. Consistency of mortar shall be such that it will readily adhere to the pipe. 2.07 MANHOLE STEPS A. Manhole steps shall be cast iron steps conforming to all OSHA requirements. Rungs shall be Neenah Catalog No. R -1982-J or equal, as detailed on the Drawings. Space rungs vertically as shown in Detail on the Drawings. B. Alternative, steel steps encapsulated with polyethylene may be used provided that they conform to the following load requirements and dimensions of the above specified steps. C. The installed steps shall be located so as to provide a continuous ladder with steps equally spaced vertically in the assembled manhole. They shall be capable of withstanding a force of 350 pounds, applied at any place on the step and in any direction which projects from the point of application through a diameter of the step cross-section at that point, with no permanent deformation resulting. Steps shall be cast into the manhole wall. 2.08 MANHOLE FRAMES AND COVERS A. Model listed or equal: Watertight Sanitary Manholes Vulcan V-2150-1 lid shall be lettered "SANITARY SEWER" PART 3 EXECUTION 3.01 EXCAVATION AND BACKFILL A. Conform to applicable portions of Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. Backfill around manholes shall be of same quality as trench backfill immediately adjacent. 3.02 ROCK BASE A. Remove water from the excavation. Place a minimum of 6 inches of GRANULAR FILL as specified in Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL thoroughly compact with a mechanical vibrating or power tamper. Section 02740 - 2 I C I El H I [] I I I I I F [1 1 agJ nr,nR 0904 o f.arp.roNd Far"v,JN, ArSan c. I I I I U I I I I I I I I H 7 LIB 3.03 MANHOLE INVERT A. Construct manhole inverts in conformance with details shown on the Drawings, and with smooth transitions to ensure an unobstructed flow through manhole. Remove all sharp edges or rough sections which tend to obstruct flow. Where a full section of pipe is laid through a manhole, cut out the top section as indicated and cover exposed edge of pipe completely with mortar. Trowel all mortar surfaces smooth. 3.04 MANHOLE WALL A. Construct manhole wall in accordance with procedures described for concrete wall construction in Section 03300, CONCRETE. (nil.TVi:\21:ti7A�ti:7:\l$*W:\216Zdill/�i:�9 A. Install frames and covers on top of manholes to positively prevent all infiltration of surface or groundwater into manholes. Frames shall be set in a bed of mortar with the mortar carried over the flange of the ring as shown in the Manhole Details on the Drawings. Set frames so tops of covers are flush with surface of adjoining pavement or ground surface, unless otherwise shown or directed. 3.06 HYDROSTATIC MANHOLE TESTING A. When, in the Engineer's opinion, the groundwater table is too low to permit visual detection of leaks, sanitary sewer project manholes shall be hydrostatically tested. The test shall consist of plugging all inlets and outlets and filling the manhole with water to the base of the cover ring. Leakage in each manhole shall not exceed 0.1 gallon per hour per foot of head above the invert. A manhole may be filled 24 hours prior to time of testing, if desired, to permit normal absorption into the manhole walls to take place. Repair all manholes that do not meet the leakage test, or are unsatisfactory from visual inspection, to conform to the requirements herein. 3.07 VACUUM MANHOLE TESTING A. Before entering any manhole, follow all local, state and federal safety precautions. B. Plug all manhole entrances and exits other than the manhole top access using suitably sized pneumatic or mechanical pipeline plugs and follow all manufacturer's Section 02740 - 3 YcCNIIand Cbnw1111R9 ERponra InavparR/a0 FayVVSSWlla, Arkangs i recommendations and warnings for proper and safe installation of such plugs. Make sure such plugs are properly rated for the pressures required for the test. The standard test of 10" Hg. (mercury) is equivalent to approximately 5 PSIG (.03 bar) backpressure. Unless such plugs are mechanically restrained, it is recommended that the plugs are used with a minimum two tines (2x) safety factor or a minimum of 10 PSIG (0.7 bar) backpressure usage rating. CAUTION: BRACE INVERTS IF LINES ENTERING THE MANHOLE HAVE NOT BEEN BACKFILLED TO PREVENT PIPE FROM BEING DISLODGED - AND PULLED INTO THE MANHOLE. C. Install the vacuum tester head assembly at the top access of manhole. Adjust the cross brace to ensure that the inflatable sealing element inflates and seals against the straight top section of the manhole if possible. D. Attach the vacuum pump assembly to the proper connection on the test head assembly. Make sure the vacuum inlet/outlet valve is in the closed position. E. Following safety precautions and manufacturers' instruction, inflate sealing element to the recommended maximum inflation pressure. CAUTION: DO NOT OVERINFLATE! F. Start the vacuum pump assembly engine and allow preset RPM to stabilize. G. Open the inlet/outlet ball valve and evacuate the manhole to 10" Hg. (approximately negative 5 PSIG, 0.3 bar). CAUTION: DO NOT PRESSURIZE MANHOLE! THIS MAY RESULT IN MANHOLE DAMAGE AND/OR RESULT IN MANHOLE TEST HEAD DISLODGING FROM MANHOLE INLET! H. Close vacuum inlet/outlet ball valve and monitor vacuum for one (1) minute. If vacuum does not drop in excess of 1" Hg., manhole is considered acceptable and the manhole passes the test. If manhole fails the test, complete necessary repairs and repeat test procedures until satisfactory results are obtained. Section 02740 - 4 L I L I I I I I I H I Li YIX'NioS LglMpl 190YyvaIM Fantt.Ni l., I rfo .c. 3.08 PAYMENT A. Payment for the work in this section will be included as part of the unit price bid amount stated in the Proposal. No extra payment will be made for manholes of different depths. END OF SECTION Section 02740 - 5 kk'CNIS.nd Noovtln/ End.Nn loOerForoNC Fo)71MHIlo, Arkokwo SECTION 03210 REINFORCING STEEL PART 1 GENERAL 1.01 SCOPE A. This Section covers the work necessary to furnish and install, complete, the reinforcing steel and welded wire fabric. 1.02 GENERAL A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.03 A. SUBMITTALS DURING CONSTRUCTION Submittals during construction shall be made in accordance with section 01300, SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL REQUIREMENTS. 1. Bending Lists 2. Placing Drawings PART 2 MATERIALS 2.01 A. 2.02 A. 2.03 DEFORMED REINFORCING BARS Deformed billet -steel bars conforming to ASTM A615, Grade 60. WELDED WIRE FABRIC Conform to ASTM A 185 or A 497. A. Tie wire shall be 16 -gauge, black, soft -annealed wire. Bar supports shall be of proper type for intended use. Bar supports in beams, columns, walls, and slabs exposed to view after stripping shall be small rectangular concrete blocks made up of the same color and same strength concrete being placed around them. Use concrete supports for reinforcing in concrete placed on grade. Conform to requirements of "Placing Reinforcing Bars" published by CRSI. Section 03210 - 1 wxa"w an.unlq Enpnaan Inaorpsr Wja/NWII.. Arkannw F PART 3 3.01 A. B. 3.02 EXECUTION GENERAL Conform to "Placing Reinforcing Bars", Recommended Practices, Joint Effort of CRSI-WCRSI, prepared under the direction of the CRSI Committee on Engineering Practice. Notify the Engineer when reinforcing is ready for inspection and allow sufficient time for this inspection prior to casting concrete. A. Deliver steel with suitable hauling and handling equipment. Tag steel for easy identification. Store to prevent contact with the ground. The unloading, storing, and handling bars on the job shall conform to CRSI publication "Placing Reinforcing Bars". 3.03 PLACING REINFORCING STEEL - CLEANING A. Clean metal reinforcement of any loose mill scale, oil, earth and other contaminants. 3.04 STRAIGHTENING AND REBENDING REINFORCING STEEL A. Do not straighten or rebend metal reinforcement. Where construction access through reinforcing is a problem, bundling or spacing of bars instead of bending shall be used. Submit details and obtain Engineer's review prior to placing. 3.05 PROTECTION, SPACING, AND POSITIONING OF REINFORCING STEEL A. Conform to the current edition of the ACI Standard Building Code Requirements for Reinforced Concrete (ACI 318), reviewed placing drawings and design drawings. 3.06 REINFORCING STEEL - LOCATION TOLERANCE A. Conform to the current edition of "Placing Reinforcing Bars" published by Concrete Reinforcing Steel Institute and to the Details and Notes on the Drawings. 3.07 SPLICING A. Conform to Drawings and current edition of ACI Code 318 Splices in adjacent bars shall be staggered. Section 03210 - 2 I I I I I F 1 [l 11 I I Ii I [] I I 11 SCM U.S Evwl inn "Wo Mnr/�reM F. P$.4i N. A rhanlx I I I I I H 7 I J I I I iI I H H 3.08 TYING DEFORMED REINFORCING BARS A. Conform to the current edition of "Placing Reinforcing Bars" published by Concrete Reinforcing Steel Institute and to the Details and Notes on the Drawings. 3.09 REINFORCEMENT AROUND OPENINGS A. Place an equivalent area of steel around the pipe or opening and extend on each side sufficiently to develpp bond in each bar. Where welded wire fabrice is used, provide extra reinforcing using fabric of deformed bars. 3.10 WELDING REINFORCEMENT A. Welding shall not be permitted unless the Contractor submits detailed shop drawings, qualifications, and radiographic nondestructive testing procedures for review by the Engineer. The Contractor shall obtain the results of this review prior to proceeding. The basis for the Contractor submittals shall be The Structural Welding Code, Reinforcing Steel, AWS D1.4-79, published by the American Welding Society and the applicable portions of ACI 318, current edition. The Contractor shall test 10 percent of all welds using radiographic, nondestructive testing procedures referenced in this code. 3.11 PLACING WELDED WIRE FABRIC A. Extend fabric to within 2 inches of the edges of the slab, and lap splices at least 1-1/2 courses of the fabric and a minimum of 6 inches. Tie laps and splices securely at ends and at least every 24 inches with 16 -gauge black annealed steel wire. Ensure that the welded wire fabric is placed at the proper distance above the bottom of the slab. Conform also to ACI 318-77 and to the current Manual of Standard Practice, Welded Wire Fabric, by the Wire Reinforcement Institute regarding placement, bends, laps, and other requirements. 3.12 FIELD BENDING A. Field bending of reinforcing steel bars is not permitted when rebending will later be required to straighten bars. Rebending of bars at the same place where strain hardening has taken place due to the original bend will damage the bar. Consult with the Engineer prior to any pour if the contractor foresees a need to work out a solution to prevent field bending. Section 03210 - 3 McCM ISM Calrllllu/ iII/lI1NI1 Inca pNaM FryW tnItJ•, Arkoans 3.13 PAYMENT A. Payment for the work in this Section will be included as part of the applicable unit price or lump sum bid amounts stated in the Proposal. END OF SECTION Section 03210 — 4 bock., a�s Nll pli( 11NM. foJMMWfI., •ftoNN I Li Li I I I I I I I I I [1 I I I SECTION 03300 CONCRETE PART 1 GENERAL 1.01 SCOPE A. This Section covers the work necessary to furnish and install, complete, the cast -in -place concrete, including formwork. B. See Part 3, CONDITIONS OF THE CONTRACT, and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.02 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL REQUIREMENTS. In addition, the following specific information shall be provided: 1. Concrete Mix Design 2. Certification for Aggregate Quality 1.03 PLANT INSPECTION A. The Engineer shall have access to and have the right to inspect all batch plants, cement mills, and supply facilities of suppliers, manufacturers, subcontractors, and contractors providing products included in these Specifications. Batch plants shallhave current certification that all weighing scales have been tested and are within the tolerances as set forth in the National Bureau of Standards Handbook No. 44. B. Batch plant equipment shall be either semiautomatic or fully automatic. 1.04 RELATED WORK SPECIFIED IN OTHER SECTIONS A. Section No. Item 03210 Reinforcing Steel Section 03300 - 1 YKNlla" tauustsng Ntw/IroN/ FeflnnUN, Afto L PART 2 PRODUCTS 2.01 CEMENT A. Cement type will be submitted by the Contractor for the Engineer's approval. 2.02 WATER A. Clean and free from oil, acid, alkali, organic matter, or other deleterious substances. 2.03 CONCRETE AGGREGATES - GENERAL A. Natural aggregates, free from deleterious coatings, conforming to ASTM C33, together with all referenced ASTM Standard Specifications, except as modified herein. Aggregates shall not be potentially reactive as defined in Appendix XI of ASTM C33. The Contractor's attention is directed also to Paragraph $1.1 of Appendix XI of ASTM C 33 since evidence of reactive problems on existing structures shall be used also to prove that sources of aggregates are reactive and cannot be used. The Contractor shall be responsible for meeting these Specifications and shall import nonreactive aggregates if local aggregates are reactive. Aggregates shall be thoroughly and uniformly washed before use. 2.04 FINE AGGREGATES A. Conform to ASTM C33. Materials finer than the 200 sieve shall not exceed 4 percent. Use only clean, sharp, natural sand. 2.05 COARSE AGGREGATE A. Use only natural gravels, a combination of gravels and crushed gravels, crushed stone, or a combination of these materials containing no more than 15 percent float or elongated particles (long dimension more than five times the short dimension). Materials finer than the 200 sieve shall not exceed 0.5 percent. 2.06 GROUTS - NONSHRINK A. Nonshrink grout for general use where required, shall conform to the Corps of Engineers' Specification for Nonshrink Grout, CRD-C621-81, and to these Specifications. The grout shall be subject to prequalification tests performed by the grout manufacturer. The results of the tests shall be Section 03300 - 2 I Li I L I I L I I L I I I .rawnar tarns dawe FOHMIMrI/, Attunes w I I I L1 I I I I I I I I I I U I I I submitted to and evaluated by the Engineer ad included in this Specification prior to bidding to be acceptable. The tests shall be performed in an independent test laboratory or other prearranged location approved by the Engineer to verify fluidity, placement, shrinkage, and strength. Actual placement tests using steel baseplates will be used. The manufacturer shall furnish all baseplates and material, and shall perform the testing at his expense. B. Grout shall be a fluid grout capable of satisfactorily meeting the Engineer's baseplate test and shall be nonmetallic, unless specified for special use hereinafter. The grout shall be a nongas-liberating type, cement base product; premixed product requiring only the addition of water for the required consistency. All components shall be inorganic. No material, except water, shall be added at the project site. C. The grout product shall satisfy all of the above requirements even though the project use calls for a dry pack consistency and use. D. The following listed grouts are the only materials that have been tested, reviewed, and prequalified by the Engineer, that meet these requirements, and are acceptable for general use such as grouting of equipment supports. 1. SET nonshrinking grout, Master Builders Co., Cleveland, Ohio 2. Crystex, L & M Construction Chemicals, Inc., Omaha, Nebraska E. For grouting baseplates for machinery, see Category I and Category II grouts hereinafter specified. F. The grout used shall be cured as recommended by the grout manufacturer. 2.07 FORM MATERIAL - GENERAL A. Form surfaces shall be in "new and undamaged" condition and may be plywood, hard plastic finished plywood, overlaid waterproof particle board, and steel of sufficient strength and surface smoothness to produce the specified finish. B. All joints in forms shall be taped, gasketed, plugged, and/or caulked with an approved material so that the joint will remain watertight and withstand placing Section 03300 - 3 kNCNINM NoWellk/ Iemrwdw FeplNWllk. Arkairw pressures without bulging outward or creating surface patterns. Formwork with gaps and apertures in the form surfaces shall not be used. Form surfaces that have been damaged and are no longer in a smooth "new and undamaged" condition shall not be reused except in areas where finish is of no real concern and then only after written approval is obtained from the Engineer. C. The Contractor shall requirements included in Specification, and shall for review by Engineer purchase of forms. 2.08 FORM TIES comply with all form tie the various sections of this submit shop drawing information and obtain approval prior to A. Form ties on exposed surfaces shall be located in a uniform pattern or as indicated on the Drawings. Form ties shall be constructed so that the tie remains embedded in the wall, except for a removable portion at each end. Form ties shall have conical or spherical type inserts, inserts shall be fixed so that they remain in contact with forming material, and shall be constructed so that no metal is within 1 inch of the concrete surface when the forms, inserts, and tie ends are removed. Wire ties will not be permitted. Ties shall withstand all pressures and limit deflection of forms to acceptable limits. B. Flat bar ties for panel forms shall have plastic or rubber inserts having a minimum depth of 1 inch and sufficient dimensions to permit proper patching of the tie hole. WI :s) ,;t4 :. 71: A. Bond breaker shall be a nonstaining type, which will provide a positive bond prevention such as Williams Tilt -Up Compound, as manufactured by Williams Distributors, Inc., Seattle, WA; Silcoseal 77, as manufactured by SCA Construction Supply Division, Superior Concrete Accessories, Franklin Park, IL; or equal. Submit review copies of manufacturer's data, recommendations, and instructions for specific use on this project. 2.10 CURING COMPOUND A. Curing compound to conform to the requirements of ASTM C309, with the additional requirement that permeability not exceed 0.039 gm/square cm/72 hours. Masterseal, Section 03300 - 4 1 I H I I I I Li El I I I I El I MCSU.M L11y111bry IMxWwHC Fvy#M win.4 Arks W I 1 PART 3 3.01 I El I I I 11 I manufactured by Master Builders, Cleveland, Ohio; Euco Floor Coat, manufactured by Euclid Chemical Co., Cleveland, Ohio; or equal. Curing compounds shall be compatible with required finishes and/or coatings. Tests for compliance shall be made by manufacturer with certification furnished by the Contractor. Manufacturer's certification shall state quantity or coverage required to meet or exceed tests and method of application. The manufacturer shall submit certification that the product meets ASTM C309 and the additional permeability requirement, and shall specifically state the coverage required to meet these requirements. The Contractor shall not use the curing compound where additional finishes such as hardeners, paintings, staining, and other special coatings are required. Use water curing as hereinafter specified instead.. EXECUTION DESIGN OF CONCRETE MIX - PROPORTIONS (GENERAL) A. Before beginning any concrete work, the Contractor shall have the concrete mix designed and the ingredients selected and proportioned by an approved independent testing laboratory meeting the requirements of ASTM E 329. Certified copies of all laboratory trial mix reports shall be sent to the Engineer from the testing laboratory. Do not place concrete prior to the Engineer's review and acceptance in writing of the concrete mixes and the cylinder test results from these laboratory mixes. B. The concrete mix shall be designed so that the proportions will produce results that will meet the requirements of the project. C. The concrete shall be proportioned in accordance with ACI 211 subject to the following specifications. D. Design the mix and perform tests to meet the following requirements: 1. Design strength of structural concrete shall be a minimum of 4,000 psi at 28 days. The combined aggregate grading shall be for the 1 inch grading combination hereinafter specified, unless otherwise shown on the Drawings or specified herein. Section 03300 - 5 Yac/al,Ww ' fbua/f1'a/ lapaaoa basparagC F.NffaWlla, Afaaaaw I 2. The water -cement ratio or water -cement plus pozzolan ratio, if applicable, shall not exceed 0.49 by weight, unless otherwise approved in writing by the Engineer. 3. Minimum cement content or combined cement plus fly ash content when fly ash is used for performance and longevity, regardless of design strength, shall be 517 pounds per cubic yard for concrete with 1 -1/2 -inch maximum size aggregate, 540 pounds per cubic yard for 1 -inch maximum size aggregate, and 564 pounds per cubic yard for 3/4 -inch maximum size aggregate. The Contractor shall increase cement content or the combined cement plus fly ash content, when fly ash is used, as required to meet strength requirements. The amount of fly ash used shall not exceed 25 percent or be less than 15 percent of the total weight of fly ash plus cement. Verify that design mix test results reflect the slump to be used. 4. Concrete used for thrust blocks and encasement of pipelines shall have a design strength of 2,000 psi at 28 days. 3.02 MEASUREMENT OF MATERIALS AND MIXING A. Conform to ACI 304 current edition and to other requirements hereinbefore specified for mix design, testing, and quality control and to these Specifications. 3.03 RETEMPERING A. The retempering of concrete or mortar in which the cement has partially hydrated will not be permitted. 3.04 REUSE OF FORMS A. Reuse of forms will be permitted only if a "like new" condition, unless otherwise approved in writing, is maintained. The Engineer shall be notified one full working day prior to concrete placement so that the forms can be inspected. The Contractor shall correct any defective work, found in the Engineer's inspection, prior to delivery of concrete to the project. Formwork surfaces that were in good condition and accepted for use, but were damaged during removal and handling shall not be reused on additional pours. The Contractor is Section 03300 - 6 I [] H I [I l: I C I I I I I I Macs u. nw.fl,./ enIn..r. Ina.rp.r...e Farn.Wu., Ark nw. I I expected to take care in the handling of forms and to obtain approval of form surfaces prior to each reuse. I I I I I I I I Li B. All forms, falsework, shoring, and other structural formwork required shall be structurally designed by the Contractor and the design shall comply with all applicable safety regulations, current OSHA regulations, and other codes. Comply with applicable portions of ACI 347, ACI 318 current edition, and these Specifications. All design, supervision, and construction for safety of property and personnel shall be the Contractor's full responsibility. 3.05 FORM TOLERANCES A. Forms shall be surfaced, designed, and constructed to meet ACI 318 and the following minimum requirements for the specified finishes. Failure of the forms to produce the specified requirements will be grounds for rejection of the concrete work. Rejected work shall be repaired or replaced by the Contractor at no additional cost to the Owner. All repair or replacement shall be subject to these Specifications and the approval of the Engineer. Where the Contractor's work does not meet the tolerance specifications he shall submit his proposed method to upgrade the specified finish to compensate for the inferior appearance or to repair or provide an acceptable alternate solution, Obtain in writing the approval of this repair or alternate solution before proceeding. All repair work or work on an alternate solution required shall be at no additional cost to the Owner. ' 13.06 FORM SURFACE PREPARATION - GENERAL I [1 I I H H A. All form surfaces in contact with the concrete shall be thoroughly cleaned of all previous concrete, dirt, and other surface contaminants prior to preparing by the applicable method below. Do not reuse damaged form surfaces. 3.07 EXPOSED WOOD FORMS A. All wood surfaces in contact with the concrete shall be coated with an effective release agent prior to form installation. The release agent shall be nonstaining and nontoxic after 30 days. 3.08 STEEL FORMS A. Mill scale and other ferrous deposits shall be sandblasted or otherwise removed from the contact surface Section 03300 - 7 UOCNllana Consalrin# Fnclrysralsd FayallMlle, Arkansas I of forms. All forms shall have the contact surfaces coated with a release agent. The release agent shall be effective in preventing discoloration of the concrete from rust, and shall be nontoxic after 30 days. 3.09 BEVELED EDGES (CHAMFER) A. Form 3/4 -inch bevels at all concrete edges. Round edges at top of walls, slabs, and beams as hereinafter specified under Paragraph CONCRETE SLAB FINISHES. Where beveled edges on existing adjacent structures are other than 3/4 inch, obtain Engineeer's approval of size prior to placement of bevel form strip. 3.10 REMOVAL OF FORMS A. The Contractor shall be responsible for all damage resulting from improper and premature removal of forms. Satisfy all applicable OSHA requirements with regard to safety of personnel and property. 3.11 BACKFILL AGAINST WALLS A. Do not place earth backfil against walls until the concrete has obtained a compressive strength equal to the specified 28 -day compressive strength. Where backfill is to be placed on both sides of the wall, the backfill shall be placed simultaneously on both sides to prevent differential pressures. 3.12 PLACING CONCRETE - GENERAL A. Upon completion of forms and placing of reinforcing steel, and before concrete is placed, notify other trades whose work is in any way connected to, combined with, or influenced by the concrete work. Allow them reasonable time to complete their portion of work which must be completed before concrete is placed. Be Notify Owner or his authorized representative at least 1 full working day in advance before starting to place concrete to permit inspection of forms, reinforcing, sleeves, conduits, boxes, inserts, or other work required to be installed in concrete. C. Placement shall conform to the requirements and recommendations of ACI 304, except as modified herein. D. Place concrete as soon as possible after leaving mixer, without segregation or loss of ingredients, without splashing forms or steel above, and in layers not over Section 03300 - 8 I I I L H I n I I I [I r C YOCNrfanr (-MK. II-- FyMNMlHi /r/romw n n I I I I HI H H I I I I I I I 1.5 feet deep. The vertical free fall drop to final placement shall not exceed 5 feet for walls narrower than 8 inches, and 8 feet for walls 8 inches and wider. E. When placing concrete, use of aluminum pipe or other aluminum conveying devices will not be permitted. F. Before depositing concrete, remove debris from the space to be occupied by the concrete. Prior to placement of concrete, dampen gravel fill under slabs on ground, dampen sand where vapor barrier is specified, and dampen all wood forms. Reinforcement shall be secured in position and acceptable to the Engineer before concrete is placed. Conform to ACI 304 and to other requirements needed to obtain the finishes specified. 3.13 CONVEYOR BELTS AND CHUTES A. All ends of chutes, hopper gates, and all other points of concrete discharge throughout the Contractor's conveying, hoisting, and placing system shall be so designed and arranged that concrete passing from them will not fall separated into whatever receptacle immediately receives it. Conveyor belts, if used, shall be of a type approved by the Engineer. Chutes longer than 50 feet will not be permitted. Minimum slopes of chutes shall be such that concrete of the specified consistency will readily flow in them. If a conveyor belt is used, it shall be wiped clean by a device operated in such a manner that none of the mortar adhering to the belt will be wasted. All conveyor belts and chutes shall be covered. Sufficient illumination shall be provided in the interior of all forms so that the concrete at the places of deposit is visible from the deck or runway. 3.14 PUMPING OF CONCRETE - GENERAL A. Pumping of concrete will be permitted only with the Engineer's approval. If the pumped concrete does not produce satisfactory end results, the Contractor shall discontinue the pumping operation and proceed with the placing of concrete using conventional methods. 3.15 REMOVAL OF WATER A. Unless the tremie method of placing concrete is specified, remove all water from the space to be occupied by the concrete. Section 03300 - 9 kwCNlland piginnrs an Fay.NWlla, Arkamw I 3.16 CONSOLIDATION AND VISUAL OBSERVATION A. Concrete shall be consolidated with internal vibrators having a frequency of at least 8000 vpm, with amplitude required to consolidate the concrete in the section being placed. At least one standby vibrator in operable condition shall be at the placement site prior to placing the concrete. Consolidation equipment and methods shall conform to ACI 309. The forms shall contain sufficient windows or be limited in height to allow visual observation of the concrete and the vibrator operator shall be required to see the concrete being consolidated to ensure good quality workmanship, or the Contractor shall have a person who is actually observing the vibration of the concrete at all times and advising the vibrator operator of any changes needed to assure complete consolidation. 3.17 PLACING CONCRETE IN HOT WEATHER A. Prepare concrete aggregates, mixing water, and other ingredients; place concrete; cure; and protect in accordance with the requirements of ACI 305. Provide special admixtures and special curing methods required by other paragraphs in this Section even though not required by ACI 305 and ACI 318. Water -reducing and/or set -retarding admixtures shall be used in such quantities as especially recommended by the manufacturer to assure that the concrete is workable, and lift lines will not be visible in architectural concrete finishes. B. Every effort shall be made to maintain a concrete temperature below 90 degrees F at time of placement. Ingredients shall be cooled before mixing to prevent excessive concrete temperature. C. Provisions shall be made for windbreaks, shading, fog spraying, sprinkling, or wet cover, when necessary. 3.18 PLACING CONCRETE IN COLD WEATHER A. Do not place concrete when the ambient temperature is below 40 degrees F, or approaching 40 degrees F and falling, without special protection as hereinafter specified. No concrete shall be placed against frozen earth or ice, or against forms and reinforcement with frost or ice present. B. Temperatures of the concrete mix shall be as shown below for various stages of mixing, placing of the concrete mix. Section 03300 - 10 C L I I I II� I I I C C Li I I H I rIfl 4f ft.ctOMv kd FCyv"*" IN, Aekcnka I I I I I I I I I I El J I 1 I I CONCRETE TEMPERATURES Section size, minimum dimension, inch Air Temp. 12 in. 12-36 inches 36-72 inches 72 inches Minimum concrete temperature as mixed for indicated weather: Above 30 F 60 F 55 F 50 F 45 F 0 to 30 F 65 F 60 F 55 F 50 F Below0F F 70 F 65 F 60 F 55 F Maximum allowable gradual temperature drop in first 24 hours after end of protection: -- 50 F 40 F 30 F 20 F C. Concrete placed shall be cured and protected as hereinafter specified for a minimum of 7 days except that the strength requirements may require additional protection and curing during cold weather due to delayed field strength gain. D. During cold weather concreting the Contractor shall cast six extra test cylinders, for field curing, from the last 100 cubic yards of concrete but not fewer than three specimens shall be cast for each 2 hours of placing time or for each 100 yards, whichever produces greater number of specimens. These specimens shall be in addition to those cast by the Engineer for lab testing as specified hereinafter in Paragraph EVALUATION AND ACCEPTANCE OF CONCRETE. E. Test cylinders shall be protected from the weather until they can be placed under same protection provided for the parts of the structure which they represent. Test cylinders shall be tested in accordance with applicable sections of ASTM C 31 and C 39. Evaluation and acceptance as per ACI 318-77, Paragraph 4.8.3. F. The actual temperature of the concrete surface determines the effectiveness of protection, regardless of air temperatures or whether the objective is durability or strength. Because corners and edges of concrete are most vulnerable to freezing and usually are more difficult to maintain at the required temperature, their temperatures should be monitored to evaluate and verify the protection provided. The Contractor shall provide a Section 03300 - 11 MapHland psa/llas nnv innrs MavpacesraMd Fa„1MWlla, Arkansas r I. sufficient number of thermometers to be placed on the concrete surfaces spaced throughout the work to allow inspection and monitoring of concrete surface temperatures representative of all the work. G. Heating units should be vented and not be permitted to heat or dry the concrete locally. Fresh concrete exposed to carbon dioxide (CO2) gas from polluted atmospheres or resulting from the use of salamanders or other heating devices which exhaust flue gases directly into an enclosed area may result in concrete carbonation, causing soft surfaces of varying depths depending on the concentration of carbon dioxide, the temperature at which the concrete was cured, and the relative humidity. Carbon monoxide, which can occur with partial combustion, and high levels of carbon dioxide are potential hazards to workmen. Moreover, strict fire prevention measures should be enforced. Concrete at any age can be damaged by fire, but at a very early age it may be additionally damaged by freezing until new protection can be provided. H. Maintain curing conditions which will foster normal strength development without excessive heat, and without critical saturation of the concrete at the close of the protection period. I. Limit rapid temperature changes, particularly before strength has developed sufficiently to withstand temperature stresses. Sudden chilling of concrete surfaces or exterior members in relation to interior structure can promote cracking to the detriment of strength and durability. At the end of the required period, protection should be discontinued in such a manner that the drop in temperature of any portion of the concrete will be gradual and will not exceed, in 24 hours, the amount shown in the table hereinbefore specified. J. Maintain the temperature of the concrete above 50 degrees for a minimum of 7 days. The Contractor shall submit his detailed plan for cold weather curing and protection of all concrete that is to be placed and/or cured in weather below 40 degrees F. Reference may be made to the recommendations of ACI 306 and ACI 318 for additional information. Conform to these Specifications and to any additional information in ACI 306 which will provide the temperature protection and curing for the 7 -day period. K. Additives for the sole purpose of providing "freeze protection" shall not be used. Additives to shorten the cure time may be used if approved; however, the concrete Section 03300 - 12 I I I H El I I C I 1 I I I I I 1 MCCMfland fbnarMMq EaNnaan ' Fa)71fav111a, 4rbmw I I I I I I I I I I I I Li I I shall be placed and cured at all times at temperatures above freezing as hereinbefore specified. 3.19 BONDING TO NEW CONCRETE HORIZONTAL CONSTRUCTION JOINTS A. Roughen the surface of the hardened concrete. Thoroughly clean and saturate with water, cover the horizontal surfaces only with at least 2 inches of grout, as hereinbefore specified, and immediately place concrete. New concrete is defined as less than 60 days old. Limit the concrete lift placed immediately on top of the grout to 12 inches thick and thoroughly vibrate to mix and consolidate the grout and concrete together. Provide inspection windows to allow close visual inspection of this work. 3.20 BONDING TO OLD CONCRETE A. Coat the contact surfaces with bonding agent specified hereinbefore. The method of preparation and application of both the bonding agent and the grout shall conform to the manufacturer's printed instructions and recommendations for specific application for this project. Obtain this recommendation in writing from the manufacturer's representative. 3.21 EVALUATION AND ACCEPTANCE OF CONCRETE A. Conform to ACI Standard Building Code requirements for reinforced concrete (ACI 318-83), section 4.7, "Evaluation and Acceptance of Concrete", and to the following specifications: 1. The Contractor will have tests made by an independent testing laboratory, approved by the Owner, to determine compliance with the Specifications. The Contractor shall furnish necessary labor to assist testing agencies in obtaining, handling, and protecting and/or curing samples at the jobsite. The Contractor shall provide adequate facilities for safe storage and proper curing of concrete test cylinders on the project site for the first 24 hours, and for additional time as may be required before transporting to the test lab. specimens will be made, cured, and tested in accordance with ASTM C 31 and ASTM C 39. Section 03300 - 13 I wed. head lnNeeen Ineer0ere/ee FertMWne. Arkenw C 2. One set of test cylinders concrete placed each day less than once a day, nor each 100 cubic yards of for each class of shall be taken not less than once for concrete, nor less than once for each 3,000 square feet of wall or slab surface area. Each set of test cylinders shall consist of one cylinder to be tested at 7 days, one cylinder to be tested at 28 days, and one spare cylinder for 28 day test if necessary. The Contractor may take any additional cylinders he feels necessary. 3. The frequency of testing may be increased if necessary. Additional testing, if required, will be paid by the Owner. Where the term "building official" is used in Section 4.7 of ACI 318-83, the term shall be redefined to "the Owner's representative". 3.22 DEFECTIVE AREAS A. Remove all defective concrete such as honey -combed areas and rock pockets out to sound concrete. Small shallow holes caused by air entrapment at the surface of the forms shall not be considered defects unless the amount is so great as to be considered not the standard of the industry and due primarily to poor workmanship. If chipping is required, the edges shall be perpendicular to the surface. Feather edges shall not be permitted. The defective area shall be filled with a nonshrink, nonmetallic grout. Use an approved bonding agent on horizontal patches prior to placing nonmetallic, nonshrink grout. Since some bonding agents may not be compatible for some vertical surface patching techniques, submit all proposed methods for repair of vertical surfaces prior to ordering materials. The Contractor shall consult with representatives of the bonding agent manufacturer and the nonshrink grout manufacturer, and obtain a written recommendation for the patching of defective areas. Submit this information for review prior to performing the work. 3.23 CONCRETE SLAB FINISHES A. The excessive use of "jitterbugs" or other special tools designed for the purpose of forcing the coarse aggregate away from the surface and allowing a layer of mortar to accumulate will not be permitted on any slab finish. The dusting of surfaces with dry materials will not be permitted. Slabs and floors shall be thoroughly section 03300 - 14 C- I I I I I I I I I I I I 11 I I II MC.J CbnwtI jpf' lIMM. ! FaylfbMl4, ArbMw I I I I I 7 H L I I I P L I I I compacted by vibration. All edges of slabs and tops of walls shall be rounded off with a steel edging tool, except where a cove finish is indicated on the Drawings. Steel edging tool radius shall be 1/4 inch for all slabs subject to wheeled traffic. 3.24 CURING OF CONCRETE A. Cure concrete by keeping the surface continuously wet for 7 days where normal portland cement is used, or 3 days where high -early strength Type III cement is used. Subject to approval by the Engineer, one of the following methods shall be followed: 1. Concrete forms shall be left in place and kept sufficiently damp at all times to prevent opening of the joints and drying of the concrete; or 2. A curing compound as hereinbefore specified, where allowed, shall be applied immediately after removal of forms. 3. Exposed surfaces shall be continuously sprinkled. B. Slabs: 1. Protect surface by ponding; or 2. Cover with burlap or cotton mats kept continuously wet; or 3. Cover with 1 -inch layer of wet sand, earth, or sawdust, and keep continuously wet; or 4. Continuously sprinkle the exposed surface; or 5. Other agreed upon method that will provide that moisture is present and uniform at all times on the entire surface of the slab; the Contractor shall determine the best method of his operation to ensure a good water cure and submit this for review. 3.25 CURING AND PROTECTION IN COLD WEATHER A. Conform to cold weather concreting hereinbefore specified and to ACI 306. Where water curing, as specified hereinbefore for slabs, is not possible, use a double coverage of an approved curing compound and protect the Section 03300 - 15 YaCNlliad QMall.ln/ Ejinirewpora. Nsy.raNa Fa,.11.H11.. Arkan.a. slabs during the cold weather from traffic by the use of Visqueen or other material inside the required heated enclosure if foot traffic is permitted on the slabs. Repair or replace concrete damaged by cold weather. 3.26 PAYMENT A. Payment for the work in this Section will be included as part of the applicable lump sum or unit price bid amounts stated in the Proposal. END OF SECTION Section 03300 - 16 III I I I 1 1 1 1 I I I I MCNI,and attlfl f --a I.-- teytfl. Wile Arft w SECTION 15001 I 1 1 I I I PIPING - GENERAL PART 1 1.01 SCOPE A. This Section covers the work necessary to furnish and install, complete, the piping specified herein, and as further specified in the Detail Piping Specifications hereinafter. 1.02 GENERAL A. Like items of material provided hereunder shall be the end products of one manufacturer. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.03 PIPE FITTINGS AND COUPLING COMPATIBILITY A. To assure uniformity and compatibility of piping components in piping systems, fittings and couplings shall be furnished by the same manufacturer. 1.04 SUBMITTALS DURING CONSTRUCTION A. In addition to the requirements of Section 01300, SUBMITTALS DURING CONSTRUCTION, Division 1, GENERAL REQUIREMENTS, the following information shall be provided: i. Shop Drawings: A specific selection of pipe material and joint type for each pipeline. 2. Thrust blocking or pipe restraints shall be provided for all mechanical joint or "push -on joint" piping, unless otherwise approved by the Engineer. All thrust blocking shall meet or exceed the requirements shown on the Drawings. For locations where thrust ties are required, the Contractor shall submit calculations of the pipe lengths to be restrained for the Engineer's review. Restrained joints shall comply with ANSI/AWWA A21.51/C151. Section 15001 - 1 McCS Caakulf/a/ d/Innra InavOarahal F*yW"4V Ht, ArkWMaa I 3. Submit manufacturer's written certification that the factory -applied coating system(s) is identical to the requirements specified herein. Where, in the manufacturer's opinion, the coating system(s) exceeds the requirements specified herein, submit complete technical literature of the proposed system(s) to the Engineer for review. PART 2 PRODUCTS 2.01 GENERAL A. The materials to be used for the piping systems are shown on the Drawings. 2.02 PIPE JOINTS FOR EXPOSED PIPING A. Flanged, weld, soldered, or screwed end pipe joints shall be used on exposed piping. Changes in pipe joints shall be submitted with the shop drawings, as specified hereinbefore, for the Engineer's approval. 2.03 PIPE ENDS FOR BURIED PIPING A. Mechanical joint or push-cn joint pipe ends shall be used for all buried ductile iron pipe. Joints for buried pressure pipe shall be America Cast Iron Pipe Co.; Lok-Fast type joints; U.S. Pipe and Foundry Co.; Lok-Tyton or Lok-Tyte type joints; or equal, or mechanical joint or push -on joint with thrust bearing. Anchoring of retainer glands with setscrews is not acceptable. B. Within the limitations noted above, all pipe materials and joints do not necessarily have to be the same for all lines in a specific service, except that the materials and joints for any particular buried line shall be the same. PART 3 EXECUTION 3.01 PIPE PREPARATION AND HANDLING A. Each pipe and fitting shall be carefully inspected before the exposed pipe or fitting is installed or the buried pipe or fitting is lowered into the trench. The interior and exterior protective coating shall be inspected. Clean ends of pipe thoroughly. Remove foreign matter and Section 15001 - 2 I I I I I L I El J U I I I I I I YaLMfland lcrNan M arparaNd FcflM•vt(s1 Arson.. I I I I I I J Eu I I I I F I� L I I dirt from inside of pipe and keep clean during and after laying. B. Use proper implements, tools, and facilities for the safe and proper protection of the pipe. Carefully handle pipe in such a manner as to avoid any physical damage to the pipe. Do not drop or dump pipe into trenches under any circumstances. 3.02 PREPARATION OF TRENCH - LINE AND GRADE A. Grade the bottom of the trench by hand to the line and grade to which the pipe is to be laid, with proper allowance for pipe thickness and for pipe base when specified or indicated. Remove hard spots that would prevent a uniform thickness of bedding. Before laying each section of the pipe, check the grade with a straightedge and correct any irregularities found. The trench bottom shall form a continuous and uniform bearing and support for the pipe at every point between bell holes, except that the grade may be disturbed for the removal of lifting tackle. 3.03 BELL (JOINT) HOLES A. At the location of each joint, dig bell (joint) holes of ample dimensions in the bottom of the trench and at the sides where necessary to permit easy visual inspection of the entire joint. 3.04 REMOVAL OF WATER A. Provide and maintain ample means and devices at all times to remove and dispose of all water entering the trench during the process of pipe laying. The trench shall be kept dry until the pipe laying and jointing are completed. Removal of water shall be in conformance with specifications in Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. 3.05 PREVENT TRENCH WATER AND ANIMALS FROM ENTERING PIPE A. When the pipe laying is not in progress, including the noon hours, the open ends of pipe shall be closed, and no trench water, animals, or foreign material shall be permitted to enter the pipe. 3.06 PIPE COVER A. Minimum pipe cover shall be 3 feet over the top of the pipe. Section 15001 - 3 =tlilRRA (bnwII n I Rsraw FRys/NWlls, Arkonws El 3.07 LAYING BURIED PIPE A. All buried pipe shall be prepared as hereinbefore specified and shall be laid on the prepared base and bedded to ensure uniform bearing. No pipe shall be laid in water. When, in the opinion of the Engineer, trench conditions are unsuitable, trench stabilization material shall be placed as hereinbefore specified. Joints shall be made as herein specified for the respective types. Take all precautions necessary to prevent uplift and floating of the pipe prior to backfilling. B. Where the pipe is conected to concrete structures, the connection shall be made as shown. Make connection such that a standard pipe joint is located no more than 18 inches from the structure. 3.08 INSTALLATION OF FLANGED COUPLING ADAPTERS A. Prior to installation, thoroughly clean oil, scale, rust, and dirt from the pipe to provide a clean seat on the gasket. Care shall be taken that the gaskets are wiped clean before they are installed. If necessary, flanged coupling adapter gaskets may be lubricated with soapy water or manufacturer's standard lubricant before installation on the pipe ends. Install in accordance with the manufacturer's recommendations. Bolts shall be tightened progressively, drawing up bolts on opposite sides a little at a time until all bolts have a uniform tightness. Workmen tightening bolts shall use torque -limiting wrenches. 3.09 TESTING - GENERAL A. Conduct pressure and leakage tests on all newly installed pipelines. Furnish all necessary equipment and material and make all taps in the pipe, as required. The Engineer will monitor the tests. Test pressures shall be 150% of normal operating pressures except where governing codes or regulations specify higher test pressures, or as otherwise specified. 3.10 TESTING NEW PIPE WHICH CONNECTS TO EXISTING PIPE A. New pipelines which are to be connected to existing pipelines shall be tested by isolating the new pipe with the required valves. Section 15001 - 4 I I I C1 L I I LI I El I I I I I Li I YKMIhn/ QeArnfln� I Fa)•INWl4, ArYo.rpr I 13.11 PREPARATION AND EXECUTION - BURIED PIPING I I I I I I I I I Li I I C I I A. Conduct final acceptance tests on buried piping that is to be hydrostatically tested after the trench has been completely backfilled. B. Conduct the tests on exposed piping after the piping has been completely installed, including all supports, hangers, and anchors, but prior to insulation. 3.12 HYDROSTATIC LEAK TESTS - EQUIPMENT A. Furnish the following equipment for the hydrostatic tests: Amount Description 2 Graduated containers 2 Pressure gauges 1 Hydraulic force pump Suitable hose and suction pipe as required. 3.13 BURIED WATER LINES A. Some leakage is permissible from buried water lines. The hydrostatic testing of these pipelines shall be conducted as follows: 1. Where any section of pipe is provided with concrete thrust blocking, do not make the pressure test until at least 14 days have elapsed after the thrust blocking is installed. If high -early cement is used for thrust blocking, the time may be reduced to 7 days. When testing cement -mortar lined piping, slowly fill the section of pipe to be tested with water and allow to stand for 24 hours under slight pressure to allow the cement -mortar lining to absorb water. 2. Expel all air from the piping system prior to testing and apply and maintain the specified test pressure by means of the hydraulic force pump. Valve of f the piping system when the test pressure is reached and conduct the pressure test for 2 hours, reopening the isolation valve only as necessary to restore the test pressure. The pump suction shall be in a barrel or similar device, or metered so that the amount of water required to maintain Section 15001 - 5 I Manes mmoti Meel•ey on lwmPeraM feyetMHlle, ArSrse� n L the test pressure may be measured accurately. This measurement represents the leakage, which is defined as the quantity of water necessary to maintain the specified test pressure for the duration of the test period. No pipe installation will be accepted if the leakage is greater than the number of gallons per hour as determined by the following formula: ND(P) 11rz1 L= 7400 In the above formula: L = Allowable leakage, in gallons per hour N = Number of joints in the length of pipe tested D Nominal diameter of pipe, in inches P = Average test pressure during the leakage test, in pounds per square inch 3. The Contractor shall correct any leakage greater than the allowance determined under this formula at the Contractor's sole expense. 3.14 TEST RECORDS A. Records shall be made of each piping system installation during the test. These records shall include: 1. Date of test 2. Description and identification of piping tested 3. Test fluid 4. Test pressure 5. Remarks, to include such items as: a. Leaks (type, location) b. Repairs made on leaks 6. Certification by Contractor and written approval by Engineer 3.15 FINAL CLEANING A. Following assembly and testing and prior to final acceptance, all pipelines installed under this Section shall be flushed with water and all accumulated construction debris and other foreign matter removed. Flushing velocities shall be a minimum of 2.5 feet per second. Cone strainers shall be inserted in the connections to attached equipment and left there until Section 15001 - 6 I I I I I r] J J I I I I I Li 1KCNII,s OMwtlr�M ' (l1/IMN� Fa)Alb HI4, Mkanw I J I I I I I I I I I I I I cleaning has been accomplished to the satisfaction of the Engineer. Accumulated debris shall be removed through drains 2 -inch and larger or by dropping spools and valves. 3.16 CORROSION PROTECTION FOR DUCTILE IRON PIPE A. Cement Linings: All ductile iron piping shall be cement lined in accordance with ANSI/AWWA C104. 13.17 DISINFECTION A. Pipelines intended to carry potable water shall be disinfected before placing in service. Disinfecting procedures shall conform to AWWA C-601, as hereinafter modified or expanded. B. Flushing: Before disinfecting, flush all foreign matter from the pipeline. Provide hoses, temporary pipes, ditches, etc. as required to dispose of flushing water without damage to adjacent properties. Flushing velocities shall be at least 2.5 fps. For large diameter pipe where it is impractical or impossible to flush the pipe at 2.5 fps velocity, clean the pipeline in place from the inside by brushing and sweeping, then flush the line at a lower velocity. C. Disinfecting Mixture: Disinfecting mixture shall be a chlorine -water solution having a free chlorine residual of 40 to 50 ppm. The disinfecting mixture shall be prepared by injecting: (1) A liquid chlorine gas -water mixture; (2) dry chlorine gas; or (3) a calcium or sodium hypochlorite and water mixture into the pipeline at a measured rate while fresh water is allowed to flow through the pipeline at a measured rate so that the combined mixture of fresh water and chlorine solution or gas is of the specified strength. D. The liquid chlorine gas -water mixture shall be applied by means of a standard commercial solution feed chlorinating device. Dry chlorine gas shall be fed through proper devices for regulating the rate of flow and providing effective diffusion of the gas into the water within the pipe being treated. Chlorinating devices for feeding solutions of the chlorine gas or the gas itself must provide means for preventing the backflow of water into the chlorine cylinder. E. If the calcium hypochlorite procedure is used, first mix the dry powder with water to make a thick paste, then thin to approximately a 1 percent solution (10,000 ppm Section 15001 - 7 U scCNlland Cbnaullin/ xperaa1r Ix/e/ Feslgrllle, Arkansas 1 chlorine). If the sodium hypochlorite procedure is used, dilute the liquid with water to obtain a 1 percent solution. The following proportions of hypochlorite to water will be required: Product quantity Water Calcium Hypochlorite (1) 1 lb 7.5 gal (65 to 70 percent Cl) Sodium Hypochlorite (2) 1 gal 4.25 gal. (5.25 percent Cl) (1) Comparable to commercial products known as HTH, Perchloron, and Pittchlor (2) Known as liquid laundry bleach, Clorox, Purex, etc 3.18 POINT OF APPLICATION A. Inject the chlorine mixture into the pipeline to be treated at the beginning of the line through a corporation stop or suitable tap in the top of the pipeline. Clean water from the existing system or another source shall be controlled so as to flow slowly into the newly installed piping during the application of chlorine. The rate of chlorine mixture flow shall be in such proportion to the rate of water entering the pipe that the combined mixture shall contain 40 to 50 ppm of free available chlorine. Valves shall be manipulated so that the strong chlorine solution in the line being treated will not flow back into the line supplying the water. Use check valves if necessary. 3.19 RETENTION PERIOD A. Treated water shall be retained in the pipeline long enough to destroy all nonspore-forming bacteria, with proper flushing and the specified solution strength, 24 hours is adequate. At the end of the retention period, the disinfecting mixture shall have a strength of at least 10 ppm of chlorine. B. Operate all valves, hydrants, and other appurtenances during disinfection to assure that the disinfecting mixture is dispersed into all parts of the line, including dead ends, new services, and similar areas that otherwise may not receive the disinfection solution. C. Do not place concentrated quantities of commercial disinfectants in the line before it is filled with water. Section 15001 - 8 I I I I I I I I I I I I I I I I YaCNffaM Cb.+wrlll n� t FeplxMn ,,w. Fal�n }Iflf., ♦/lOnW! I L] I I I I D. After chlorination, flush the water from the permanent source of supply until the water through the line is equal chemically and bacteriologically to the permanent source of supply. 3.20 DISPOSAL OF DISINFECTING WATER A. Dispose of disinfecting water in an acceptable manner that will protect the public and publicly used receiving waters from harmful or toxic concentrations of chlorine. Do not allow disinfecting water to flow into a waterway without adequate dilution or other satisfactory method of reducing chlorine concentrations to a safe level. B. The Contractor shall meet all requirements of the Arkansas State Plumbing Code. ' 13.21 PAYMENT 7 I I I I I I I A. Payment for the work in this Section will be included as part of the lump sum or unit price bid amount in the Proposal. END OF SECTION Section 15001 - 9 L McCMIIdne LMioOln/ I /n -MO Fgvn.Mno, Arkom 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 i 1 1 1 SECTION 15001- 2 CEMENT -LINED DUCTILE IRON WATER PIPE AND FITTINGS PART 1 GENERAL 1.01 SCOPE A. This Section covers the work necessary to furnish and install, complete, the cement -lined ductile iron pipe and gray cast iron or ductile iron fittings specified herein, and as specified further in Section 15001, PIPING - GENERAL. 1.02 GENERAL A. See Section 15001, PIPING - GENERAL, for additional requirements. B. Service shall include pump station interior and yard piping, fire hydrant stubs, and other locations designated on the Drawings. PART 2 PRODUCTS 2.01 PIPE A. Centrifugally cast, Grade 60-42-10 iron, ANSI A21.51, AWWA C-151, cement -lined and seal -coated in accordance with ANSI A21.4, 350 psi minimum working pressure, except as follows: 1. Buried pipe shall be thickness class as specified in ANSI A21.51, Tables 51.1 and 51.2; however, the minimum thickness class shall be Class 51. 2.02 JOINTS A. Flanged, mechanical joint, or push -on as specified in Section 15001, PIPING - GENERAL and as shown on the Drawings. 2.03 FITTINGS A. Gray or ductile iron, 250 psi minimum working pressure, cement -lined and seal -coated. Where taps are shown on fittings, tapping bosses shall be provided. MCI. Stand Cmr lrin0 En,lna.r. InaaraarakW Fa,.IbWlla, Arkaa.w Section 15001-2 - 1 Flanged ANSI/AWWA C-110 & ANSI B16.1, faced and drilled 125 -pound ANSI standard. All buried pipe fittings 4" and larger in size shall be cast or ductile iron, Mechanical Joint, conforming to ANSI/AWWA C-110 and ANSI/AWWA C-111, or AWWA C-153. 2.04 FLANGES A. ANSI A21.15/AWWA C-115, threaded, 250 psi working pressure, ANSI 125 -pound drilling. 2.05 BOLTS A. Nuts, bolts and other hardware for flanged fittings shall be stainless steel. B. For mechanical joint use manufacturer's standard. 2.06 GASKETS A. Gaskets for mechanical or push -on joints shall be rubber, conforming to ANSI A21.11, AWWA C-111. B. Gaskets for flanged cloth -inserted rubber ANSI B16.21 and AWWA free from corrosive suitable for use in Gaskets shall be full - 2.07 LUBRICANT joint shall be 1/8 -inch thick, conforming to applicable parts of C-207. Gasket material shall be alkali or acid ingredients and sewage or potable waterlines. face type for 125 -pound FF flanges. A. Lubricant for mechanical joint end piping shall be manufacturer's standard. 2.08 TRACE WIRE A. Trace wire shall be 14 gauge insulted copper wire. 2.09 POLYETHYLENE ENCASEMENT A. Polyethylene materials for pipe encasement shall meet the requirements of ANSI/AWWA C -105/A21.5-82, or latest revision thereof. Section 15001-2 - 2 I I I HI C I Li El I I I I I El [1 I YKl.(lene Enpinnn Inrop.raNE FayrMVItiir Arinnw. PART 3 I I I El I I I I U 11 3.01 HANDLING PIPE A. Care shall be taken not to damage the cement lining when handling the pipe. 3.02 CUTTING PIPE A. Cut pipe with milling type cutter, rolling pipe cutter, or abrasive saw cutter. Do not flame cut. 3.03 DRESSING CUT ENDS A. Dress cut ends of pipe in accordance with the type of joint to be made. B. Dress cut ends of mechanical joint pipe to remove sharp edges or projections which may damage the rubber gasket. C. Dress cut ends of push -on joint pipe by beveling, as recommended by the pipe manufacturer. D. Dress cut ends of pipe for flexible couplings and flanged coupling adapters as recommended by the coupling or adapter manufacturer. 3.04 MECHANICAL AND PUSH ON JOINT A. Join pipe with mechanical or push -on type joints in accordance with the manufacturer's recommendations. Provide all special tools and devices, such as special jacks, chokers, and similar items required for proper installation. Lubricant for the pipe gaskets shall be furnished by the pipe manufacturer, and no substitutes will be permitted under any circumstances. 3.05 TESTING A. All lines shall be hydrostatically tested. Test procedures shall be as specified in Section 15001, PIPING - GENERAL. 3.06 TRACE WIRE A. Run trace wire continuous from valve box to valve box, meter box and other access points. Bring wire up inside boxes in an accessible fasion. Wrap wire around, or tape wire to each pipe section. Join wire segments by soldering or by using approved wire nuts. Pipe testing shall include following trace wire. Any wire breaks or incomplete splices shall be repaired by the Contractor at Section 15001-2 - 3 1 uccMlknd Canaulfln� EnClMon trap ircfld Faye"@Wllo, Arkanwo no additional expense for pipe. 3.07 POLYETHYLENE ENCASEMENT Include trace wire in the price A. Procedures set forth in ANSI/AWWA C -105/A21.5-82, or latest revision, shall be followed during construction. Polythylene encasement will be installed on all buried ductile or cast iron pipe and fittings used on this project. 3.08 PAYMENT A. Payment for the work described in this Section will be included as part of the unit price or lump sum bid amounts stated in the Proposal. Unit prices bid for pipe shall include trenching, trace wire, polyethylene encasement, pipe base and pipe zone material, backfilling above the pipe zone, topsoil replacement, finish grading, seeding and fertilizing and final clean-up. B. Payment for pipe shall be made at 80% of the unit bid price upon pipe installation, backfilling, and rough grading. Payment shall be increased to 85% upon completion of testing. Payment will be increased to 98% of the unit price bid upon seeding, fertilizing and final cleanup. The remaining 2% will be released upon satisfactory establishment of a grass stand. C. Payment for mechanical joint cast or ductile iron fittings shall be made at the unit price bid in the Proposal per pound, based on the weight of the fittings installed. Weight values will be taken from the current Ductile Iron Pipe Research Association handbood for mechanical joint fittings for AWWA C-110 fittings. If compact fittings are used, fitting weights shall be taken from the applicable tables in AWWA C-153. Glands, bolts, and gaskets shall be included in the unit price payment, however, the weight of these items will not be added to the handbook's fitting weight. All buried pipe fittings 4" and larger in size shall be cast or ductile iron, mechanical joint. END OF SECTION Section 15001-2 - 4 I I I I I [I I I [1 I I I I I I Eew nr II M narA�ra FCy."1✓IINg ArMnw. I I I I I El I I I I I P [] I I Section 15001-3 - 1 SECTION 15001-3 POLYETHYLENE -LINED DUCTILE IRON SEWER PIPE AND FITTINGS 1.01 SCOPE A. This Section covers the work necessary to furnish and install, complete, the polyethylene -lined ductile iron pipe and ductile iron fittings specified herein, and as specified further in Section 15005, GRAVITY SEWER PIPE. B. Service shall include the 18 -inch gravity sewer main, as indicated on the Drawings. 1.02 GENERAL A. See Section 15005, GRAVITY SEWER PIPE, for additional requirements. PART 2 PRODUCTS 2.01 PIPE A. Centrifugally cast, Grade 60-42-10 iron, ANSI A21.51, AWWA C-151. Buried pipe shall be thickness class as specified in ANSI A21.51, Tables 51.1 and 51.2. B. Polyethylene -lined ductile iron pipe and fittings shall be furnished in sizes 10 inches and larger and shall be furnished with 40 mils nominal, 35 mils minimum thickness lining of polyethylene powders complying with ASTM D 1248 with carbon black to provide resistance to ultraviolet rays during storage. Prior to preheating, 75 percent or more of the high temperature oxide film must be removed from interior pipe surface. Fittings shall be sandblasted. The polyethylene shall be bonded to the interior of the pipe and fittings by heat. Pipe and fitting shall be uniformly preheated to a temperature adequate to provide uniform fusing of the polyethylene powders and proper bonding. The lining at the ends hermetically sealed, and every pipe and fitting shall be subjected to and pass a 400 -volt wet sponge, or equivalent spark test. MOCNIIond Ifl w ' Lbllag CMIlin IneoraarokM Farllavllla� Arkaawk Li 2.02 JOINTS A. As specified in Section 15001-2 CEMENT -LINED DUCTILE IRON PIPE AND FITTINGS. 2.03 FITTINGS A. Gray or ductile iron, 150 psi minimum working pressure, polyethylene -lined. Where taps are shown on fittings, tapping bosses shall be provided. 2.04 BOLTS A. Use manufacturer's standard. 2.05 GASKETS A. As specified in Section 15001-2 2.06 LUBRICANT A. Lubricant for mechanical joint and slip joint end piping shall be manufacturer's standard. 2.07 POLYETHYLENE ENCASEMENT A. Polyethylene material for pipe encasement shall meet the requirements of ANSI/AWWA C -105/A21.5-82, or latest revision thereof. PART 3 EXECUTION 3.01 HANDLING PIPE A. Care shall be taken not to damage the polyethylene lining when handling the pipe. 3.02 CUTTING PIPE A. Cut pipe and seal liner in accordance with manufacturer's recommendations. Dc not flame cut. 3.03 DRESSING CUT ENDS A. Dress cut ends of pipe in accordance with the type of joint to be made. B. Dress cut ends of push -on joint pipe by beveling, as recommended by the pipe manufacturer. Section 15001-3 - 2 I n I I I I I I I [I I I [1 1 1 1 1 Yirp#ro ccki d/af EIglnHra lae>ynreree FaYs"000fo Araemee II C I I I I I I I I I I I I I C. Dress cut ends of pipe for flexible couplings and flanged coupling adapters as recommended by the coupling or adapter manufacturer. 3.04 MECHANICAL AND PUSH ON JOINT A. Join pipe with mechanical or push -on type joints in accordance with the manufacturer's recommendations. Provide all special tools and devices, such as special jacks, chokers, and similar items required for proper installation. Lubricant for the pipe gaskets shall be furnished by the pipe manufacturer, and no substitutes will be permitted under any circumstances. 3.05 TESTING A. All water and wastewater lines shall be pneumetically or hydrostatically tested. Test procedures shall be as specified in Section 15005, GRAVITY SEWER PIPE. 3.06 POLYETHYLENE ENCASEMENT A. Procedures set forth in ANSI/AWWA C -105/A21.5-82, or latest revision, shall be followed during construction. Polyethylene encasement will be installed on all ductile or cast iron pipe and fittings used on this project, with the exception of the pipe that is encased in concrete. 3.07 PAYMENT A. Payment for the work described in this Section will be included as part of the unit price or lump sum bid amounts stated in the Proposal. Unit prices bid for pipe shall include trenching, polyethylene encasement, granular pipe base and pipe zone material, backfilling above the pipe zone, finish grading and final clean-up. B. Payment for mechanical joint cast or ductile iron fittings, including sleeves used for coupling purposes, shall be made at the unit price bid in the Proposal per pound, based on the weight of the fittings installed. Weight values will be taken from the current Ductile Iron Pipe Research Association handbook for mechanical joint fittings for AWWA C-110 fittings. If compact fittings are used, fitting weights shall be taken from the applicable tables in AWWA C-153. Glands, bolts and gaskets shall be included in the unit price payment, however, the weight of these items will not be added to the handbook's fitting weight. END OF SECTION Section 15001-3 - 3 C ' =111oad EnWaaan laa>Wrakld FayMeWile, Arkoaaaa I SECTION 15001-14 POLYVINYL CHLORIDE (PVC) WATER PIPE AND FITTINGS PART 1 GENERAL 1.01 SCOPE A. This Section covers the work necessary to furnish and install, complete, the polyvinyl chloride pipe and fittings specified herein, and as specified further in Section 15001, PLANT PIPING - GENERAL. B. Service shall include water lines ranging from 2 inch to 8 inch, used at the locations designated on the Drawings. 1.02 GENERAL A. See Section 15001, PLANT PIPING - GENERAL, for additional requirements. All piping system components shall be the products of one manufacturer. PART 2 PRODUCTS 2.01 AWWA PVC PIPE (4 -INCH AND LARGER) A. PVC, AWWA C-900 pipe, with outside diameters equivalent to cast iron pipe. Sizes 4 -inch through 12 -inch, with pressure rating of 200 psi (DR -14). 2.02 RURAL WATER PIPE (2 -INCH) A. PVC, ASTM D 1784, Type 1, Grade 1, with gasket joints for buried water piping. Pipe pressure class shall be SDR 21, Class 200. 2.03 JOINTS A. For buried pipe, gasketed slip joint. 2.04 FITTINGS A. Fittings shall be cast iron or ductile iron, mechanical joint, and as otherwise specified in Section 15001-2, CEMENT -LINED DUCTILE IRON WATER PIPE AND FITTINGS. B. For junctions between PVC and galvanized iron pipe, flexible transition couplings of stainless steel material, as specified in Section 15001. Section 15001-14 - 1 C [1 I I I I [1 I I i1 I Li I I I wa?aJram Caapv�lia� I [ar.nan. Inarcpa.aM Fa,ma n Ha, A.pamw I I I I I I I I I I I I I 11 2.05 GASKETS A. As recommended by the pipe manufacturer to conform to the pipe OD, and as further specified in Section 15001-2. PART 3 EXECUTION 3.01 GENERAL A. All rigid PVC pipe shall be cut, made up, and installed in accordance with the pipe manufacturer's recommendations. 3.02 TRACE WIRE A. Furnish and install a 14 gauge insulated copper trace wire with all PVC pipe. Run wire continuous from valve box to valve box, meter box or other access points. Bring wire up inside boxes in an accessible fashion. Wrap wire around, or tape wire to each pipe section. Join wire segments by soldering or by using approved wire nuts. Pipe testing shall include following trace wire. Any wire breaks or incomplete splices shall be repaired by the Contractor at no additional expense. Include trace wire in the unit price bid for pipe. 3.03 TESTING A. All lines shall be hydrostatically tested at the pressures listed in Section 15001, PLANT PIPING GENERAL. B. Use pipe locating equipment to test continuity of trace wire. The Engineer shall observe and document trace wire test. 3.04 PAYMENT A. Payment for the work in this Section will be included as part of the unit price bid amounts stated in the Proposal. Unit prices bid for pipe shall include trenching, trace wire, backfilling above the pipe zone, topsoil replacement, finish grading, seeding and fertilizing and final clean-up. B. Separate payment shall be made for CLASS 7 TRENCH BACKFILL or FLOWABLE FILL BACKFILL in accordance with Section 02200, EARTHWORK, TRENCH EXCAVATION AND BACKFILL. Section 15001-14 - 2 YKlalland agin is n gIN InaaryiraMd Fu 4l.Nlla, AIMMM r-� U C. Payment for pipe shall be made at 80% of the unit bid price upon pipe installation, backfilling, and rough grading. Payment will be increased to 85% upon completion of testing. Payment will be increased to 98% of the unit price bid upon seeding, fertilizing and final cleanup. The remaining 2% will be released upon satisfactory establishment of a grass stand. D. Payment will be made for cast or ductile iron, mechanicaljoint fittings as listed in Section 15001-2, CEMENT -LINED DUCTILE IRON WATER PIPE AND FITTINGS. E. No payment will be made for flexible transition couplings used to join PVC to galvanized iron pipe. Include coupling cost in the cost of the items requiring the galvanized iron pipe. END Of SECTION Section 15001-14 - 3 I I I I I I I I I I I I I I I M.Ci.lana £apmon 1/w.'f••r.M1a Fay fHnff.. Ae*aa... I I I I I I I I I I I I I I I I L SECTION 15005 PART I GENERAL 1.01 SCOPE A. This Section covers all work necessary for the installation of gravity sewer pipe and fittings of the sizes and classes indicated. PART 2 PRODUCTS 2.01 GENERAL A. Sizes and types of gravity sewer pipe to be used in all locations are indicated on the Drawings. 2.02 PIPE, FITTINGS, AND JOINTS A. DUCTILE IRON PIPE: See Section 15001-3, POLYETHYLENE - LINED DUCTILE IRON SEWER PIPE AND FITTINGS. Ductile iron pipe for gravity sewers will be used where the sewer crosses less than 18 inches below waterlines. At such crossings the sewer shall be constructed of ductile iron pipe for a distance of 10 -feet on each side of the waterline. Ductile iron pipe shall be used at other locations as indicated on the Drawings or as determined by the Owner. B. PVC GRAVITY SEWER PIPE: PVC SDR-26 gravity sewer, pipe 4 -inch to 15 -inch, shall conform to ASTM D 3034, with gasket joint and integral bell. Install PVC SDR-26 gravity sewer pipe for gravity sewer locations not specifically designated as ductile.iron. 2.03 CONCRETE FOR ENCASEMENT A. Concrete for thrust blocking and encasement shall have a minimum compressive strength of 3,000 psi at 28 days. 2.04 IMPORTED PIPE BASE AND IMPORTED PIPE ZONE MATERIAL A. Imported material for gravity sewer pipe base and pipe zone backfill shall be as indicated in detail on the Drawings and as described in Section 02200, EARTHWORK. Section 15005 - 1 Cp,wltHat Epplaaars laawpKahlO Fa,a/lnHlla, Arkoaw. LJ 2.05 SELECTED MATERIAL FOR PIPE ZONE A. As specified in Section 02200, EARTHWORK. PART 3 EXECUTION 3.01 PREPARATION OF TRENCH A. Provide select material under gravity sewer pipe as shown on details on the Drawings. Place base for pipe in the trench to a depth which allows excavation of bell holes, but to a minimum depth of 6 -inches. Grade the top of the base to the bottom of the pipe ahead of pipe laying for the full width of the trench. Base shall provide a firm, unyielding support along entire pipe length. B. Excavate bell hales at each joint to permit proper assembly and inspection of entire joint. Bell holes shall be of sufficient depth to preclude direct bearing of bell on bottom of trench. C. Provide and maintain ample means and devices to remove and dispose of water entering the trench during the laying operation to the extent required to properly grade the bottom of the trench and allow for proper compaction of the backfill in the pipe zone. Pipe shall not be laid in water. D. Conform to additional requirements of the individual pipe specifications for pipe base and pipe zone material and compaction requirements thereof. 3.02 PIPE DISTRIBUTION A. Distribute material on the job no faster than it can be used to good advantage. Unload pipe which cannot be physically lifted by workers from the trucks, by a forklift, or other approved means. Do not drop pipe of any size from the bed of the truck to the ground. Do not distribute more than 1 week's supply of material in advance of laying. Conform to manufacturers recommendations on unloading and handling pipe. 3.03 PIPE PREPARATION AND HANDLING A. Inspect all pipe and fittings prior to lowering into trench to ensure no cracked, broken, or otherwise defective materials are being used, Clean ends of pipe thoroughly. Remove foreign matter and dirt from inside of pipe and keep clean during and after laying. Section 15005 - 2 r I fl I I L! I I I I I I I I I I YOLNilond Cbww tf,e/ Insw'iMa+d rd"W1n, Ar&Mw I I I J I I I I I I I B. Use proper implements, tools, and facilities for the safe and proper protection of the work. Lower pipe into the trench in such a manner as to avoid any physical damage to the pipe. Remove all damaged pipe from the jobsite. Do not drop or dump pipe into trenches under any circumstances. 3.04 LINE AND GRADE A. Do not deviate from line or grade more than 1/2 inch for line and 1/4 -inch for grade, provided that such variation does not result in a level or reverse sloping invert. B. Measure for grade at the pipe invert, not at the top of the pipe, because of permissible variation in pipe wall thickness. C. Establish line and grade for pipe by the use of lasers or by transferring the cut from the offset stakes to batter boards set in the trench at maximum intervals of 25 feet. Maintain a minimum of three sets of batter boards with string line ahead of the pipe laying at all times. If batter boards in the trench prove impractical because of trench conditions, submit other methods of grade and alignment control to the Engineer for approval. D. Where the Drawings show a tie for existing facilities, verify elevations of tie points sufficiently in advance of laying operations to allow adjustments as required. Any adjustments shall be approved by the Engineer in advance. E. Where the Drawings show existing utilities, (water, sewer, gas, etc.) verify the location and grade sufficiently in advance of laying operations to allow adjustments as required. Any adjustments shall be approved by the Engineer in advance. 3.05 LAYING AND JOINTING GRAVITY SEWER PIPE A. Mechanical joint ductile iron and PVC pipe varies slightly with different manufacturers. Install the particular pipe furnished in accordance with the particular manufacturer's recommendations, as approved by the Engineer. B. Lay and joint ductile iron and PVC pipe with rubber gasket type joints, in accordance with the manufacturer's recommendations, as approved by the Engineer. Provide all special tools and devices such as special jacks, chokers, and similar items required for the installation. Section 15005 - 3 McC10110nd C.nwitin. pn.o. InnOM.Nd Fay.tt.vlll., Ark.11te. C. Use wall pipe with water stop ring for connecting to manhole walls. 3.06 BACKFILL AT THE PIPE ZONE A. The pipe zone shall be considered to include the full width of the excavated trench from the bottom of the pipe to a point 6 -inches above the top outside surface of the barrel of the pipe, as shown in the details on the Drawings. B. Particular attention must be given to the area of the pipe zone from the flow line to the centerline of the pipe to ensure that firm support is obtained to prevent any lateral movement of the pipe during the final backfilling of the pipe zone. C. Backfill the area of the pipe zone from the bottom to the horizontal centerline of the pipe by hand -placing the material around the pipe in 6 -inch layers. Continuous support shall be effected beneath pipe haunches by "walking in" and slicing with a shovel. Backfill the area of the pipe zone from the horizontal centerline to the top of the pipe zone as indicated in detail on the Drawings. D. Provide granular pipe zone material for all PVC gravity sewer pipe. E. Native material may be used for pipe zone material when ductile iron pipe is used for gravity sewer pipe. 3.07 AIR TESTS FOR GRAVITY SEWERS A. All gravity sewers and appurtenances shall successfully pass an air test prior to acceptance and shall be free of visible leakage. Manholes shall be tested as specified in Section 02740, MANHOLE CONSTRUCTION. B. Furnish all necessary testing equipment and perform the tests in a manner satisfactory to the Engineer. Any arrangement of testing equipment which will provide observable and accurate measurements of air leakage under the specified conditions will be permitted. Gauges for air testing shall be calibrated with a standardized test gauge provided by the Engineer at the start of each testing day. The calibration shall be witnessed by the Engineer. Section 15005 - 4 I I I I L C I I I I I I I I I I Mctilltond n ,ae rnca0k �n. E—p.toi Fonn.p111j Arkor. n. I I I I H I I I Li I I L. I C. Line is to be complete with all structures and fittings in place and backfilled. Testing of sections of the constructed gravity sewer for acceptance will not be performed until the Engineer approves readiness for testing. This test should be performed reach -by -reach as construction proceeds and must be completed within 30 days after installation of each reach. D. Repair or replace, in a manner approved by the Engineer, any section of pipe not meeting the air test requirements, at no cost to the Owner. E. Infiltration of groundwater in an amount greater than herein specified, following a successful air test as specified, shall be considered as evidence that the original test was in error or that subsequent failure of the pipeline has occurred. The Contractor shall correct such failures in a manner approved by the Engineer and at no cost to the Owner should they occur within the warranty period. F. The Contractor, in contracting to do this work, agrees that the leakage allowances as indicated herein are fair and practical. 3.08 AIR TESTING PROCEDURE A. After all plugs are in place and securely blocked, introduce air slowly into the pipe section to be tested until the internal air pressure reaches 4.0 pounds per square inch greater than the average back pressure of any groundwater that may submerge the pipe. Allow a minimum of 2 minutes for the air temperature to stabilize. Determine the height of the groundwater table, at the time of the test. B. The pipe and joints shall also be considered as satisfactory when the time required in seconds for the pressure to decrease from 3.5 to 2.5 pounds per square inch greater than the average back pressure of any groundwater that may submerge the pipe is not less than that computed in accordance with the following formulas: For test sections with total internal pipe surface area equal to or greater than 625 square feet: 2 2 2 T= 0.01187 (D L + D L ... D L 11 22 nn Section 15005 - 5 MCCNllond Cmw tIn/ npinoors Inn>Onrolnd Forf.Ylllo, Arkomo 1 I For test sections with total internal pipe surface area equal to or less than 625 square feet: T = 28.33 22 2 (D L+ D L ... D L) 11 22 n n (D L+ D L ... D L) 11 22 fin In the above formulas: T = Time in seconds D ,D....D = Pipe diameters in test section, inches 12 n L ,L....L = Lengths of pipe in test section, feet 12 n C. Use extreme caution in air testing large diameter pipe. Do not enter manholes while inflating or deflating plugs or while the pipe line is subject to any pressure. Install, block, inflate and deflate pipe plugs in strict conformance with manufacturer's safety recommendations. 3.09 DEFLECTION TEST FOR PVC SEWER PIPE A. The Contractor shall test all laid and backfilled PVC pipe for deflection with a mandrel. The maximum deflection allowable shall not exceed 5 percent of the pipe's internal diameter. Deflection shall be checked on all installed pipe by the Contractor in the presence of the Engineer. Deflection tests shall be completed a minimum of 30 days after initial backfill of the pipe and thereafter may be checked at random by the Engineer during the construction and warranty period. All pipe deflected in excess of 5 percent shall be replaced by the Contractor for no additional compensation. 3.10 CONNECTION OF SEWERS TO EXISTING MANHOLES A. At locations designated on the Drawings connect new sewer lines to existing manholes. Connections shall utilize appropriate waterstops and shall be grouted in place to form a watertight connection. Temporary plugs, piping, and/or pumping may be necessary to prevent discharge of raw sewage, in which case such temporary facilities shall be considered part of the connection work. Section 15005 - 6 1 I I I I 1 I I I C I C_ 1 I I MKN!lane Ep n .i l!n.wnn InLa'pKaN! Fann..nn ., A rtonwn I I I I L CI' I I I I I I McCMlland GIn flra ' Ellnaarga InaxFKaMd FarIMWIN� Arkanaaa 3.11 FINAL SEWER CLEANING A. Prior to final acceptance and final manhole -to -manhole inspection of the sewer system by the Engineer, flush and clean all parts of the system. Remove all accumulated construction debris, rocks, gravel, sand, silt, and other foreign material from the sewer system at or near the closest downstream manhole. If necessary, use mechanical rodding or bucketing equipment. B. Upon the Engineer's final manhole -to -manhole inspection of the sewer system, if any foreign matter is still present in the system, ref lush and clean the sections and portions of the lines as required. 3.12 PAYMENT FOR PIPE AND MANHOLE CONNECTIONS A. Payment for the work in this section will be made at the unit price bid amounts stated in the Proposal. Bid prices for pipe shall include trenching, granular pipe base, granular pipe zone material, backfilling above the pipe zone, topsoil replacement, finish, grading, seeding, fertilizing, and final cleanup. B. Payment for pipe shall be made at 80% of the unit bid price upon pipe installation, backfilling, and rough grading. Payment will be increased to 85% upon completion of testing. Payment will be increased to 98% of the unit price bid upon seeding, fertilizing and final cleanup. The remaining 2% will be released upon satisfactory establishment of a grass stand. C. Payment for connecting sewer pipe to the existing manhole the wetwell wall shall be made at the unit price bid in the Contractor's Proposal, upon installation and acceptance of the water tight connection. Section 15005 - 7 SECTION 15012 MISCELLANEOUS TUBING PART 1 1.01 GENERAL SCOPE A. This Section covers the work necessary for furnishing and installing the miscellaneous tubing and accessories, complete. 1.02 GENERAL A. Like items of equipment specified herein shall be the end products of one manufacturer in order to achieve standardization of maintenance and spare parts. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. PART 2 2.01 PRODUCTS A. All items shall be complete with all necessary end connections, fittings, and couplings which are required for the proper completion of the work included under this Section. 2.02 COPPER TUBING A. Copper tubing shall be Standard Type K, ASTM B88, sized as indicated on the Drawings. PART 3 3.01 GENERAL A. All tubing shall be cut, made up, and installed in strict accordance with the manufacturer's written recommendations, as approved and as further specified hereinunder. Section 15012 - 1 McCNllana Ooll.11llaa Enalfar. InaOraaraM Fe„1HWlla, Ark. F 3.02 TESTING A. Prior to startup, all miscellaneous hoses, tubing, and accessories shall be inspected for proper connection and satisfactory performance. Each item shall be tested at the same time that the adjacent pipeline is tested. Joints shall show no visible leakage under test. Repair joints that show signs of leakage prior to final acceptance. If there are any special parts of control systems or operators that might be damaged by the pipeline test, they shall be properly protected. The Contractor will be held responsible for any damage caused by the testing. 3.03 PAYMENT A. Payment for the work in this Section will be included as part of the applicable unit price or lump sum bid amounts stated in the Proposal. END OF SECTION Section 15012 -2 I Fl n I I I LI H LJ I H I I I YcG.Nune LMInNn InnmynraMQ Fa)H4viff., ArkUnq. I I I Li u I L I I I I Li I [I I I I I I SECTION 15013 MISCELLANEOUS PIPING SPECIALTIES PART 1 GENERAL 1.01 SCOPE A. This Section covers the work necessary for furnishing and installing the miscellaneous piping specialties, complete. 1.02 GENERAL A. Like items of equipment specified herein shall be the end products of one manufacturer in order to achieve standardization for operation, maintenance, spare parts, and manufacturer's service. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.03 SUBMITTALS DURING CONSTRUCTION A. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING CONSTRUCTION, Division 1, GENERAL REQUIREMENTS. In addition, the following specific information shall be provided: 1. Shop Drawings: Provide drawings and manufacturer's literature, clearly identified, showing layouts, item specifications, and mounting details. PART 2 PRODUCTS 2.01 GENERAL A. All items shall be complete with all necessary end connections, fittings, and couplings required for the proper completion of the work included under this Section. Section 15013 -1 M CI&land 0wlnsr a 021tit 'flow — Pa,.. .vlll., Arkan at I 2.02 TAPPING SADDLES A. Tapping saddles for service lines shall be designed for use on PVC or ductile iron mains, as applicable, and shall be sized for 1 -inch corporation stops. B. Saddles for 2 -inch PVC shall be Mueller H-13420. Saddles for 4 -inch and larger PVC or ductile iron pipe shall be Romac 101N. 2.03 CORPORATION STOPS A. Corporation stops for service lines to house meters shall be 1 -inch in size, as required for the specified tubing, Mueller H-15008 or approved equal, with compression connection. 2.04 FIRE HYDRANT A. Three-way fire hydrant shall be 5; -inch Mueller Centurion A-423, or approved equal, with 1: -inch pentagonal operating nut opening to the left, 2 -2½ -inch hose nozzles, 1 -4' -inch pumper nozzle, and 6 -inch mechanical joint inlet. Nozzle threads shall be National Standard. 2.05 BLOWOFF ASSEMBLY A. Blowoff assemblies to consist of meter box and lid, 2 - inch Schedule 40 galvanized iron pipe, and a 2 -inch quick coupling with cap, matching existing blowoff couplings. Quick couplings shall be No. 633-A Komlock adaptor with No. 633-B Kamloc cap with chain, or equal. B. Meterbox for the blowoff assembly shall be an 18 -inch diameter PVC meterbox as manufactured by Mueller/McCullough. Meterbox lid shall be 18 -inch diameter flat meter lid C-109 as manufactured by Crouch Foundry. PART 3 3.01 A EXECUTION GENERAL All miscellaneous piping specialties shall be installed in accordance with and in conformance to the applicable requirements of Section 15001, PLANT PIPING - GENERAL. Section 15013 - 2 I I I I I Li I I I I I n I I I I NcCi. uena Canwnrn1 lMe.rol.A Penn. vUI., Arkmn a. I I I L L 7 In C I I I I I I I I I 3.02 TAPPING SADDLES AND CORPORATION STOPS A. Provide and install saddles and stops with matching threads, and outlet fittings for the applicable service line. Install as recommended by the manufacturers to ensure that excessive tightening does not damage the main. Complete main leakage and pressure testing with all taps, service lines and meter settings in place. 3.03 FIRE HYDRANT A. Install fire hydrant with the pumper nozzle facing the street. Adjust height to finish grade using standard hydrant risers. Paint exposed hydrant barrel with white exterior metal paint containing reflectorized beads (3M Company #7216 paint, or equal). Conform with installation details indicated on the Drawings relative to drain gravel, thrust blocking and other details. Utilize ductile iron pipe between the hydrant and the main tee. Install thrust restraints between the main tee and hydrant inlet. 3.04 BLOWOFF ASSEMBLY A. Install blowoff as required to flush and test new 12 -inch waterline according to the details on the Drawings. Finish height shall match existing grade. Provide :-inch drain hole in blowoff riser. The blowoff assembly shall be removed following the testing and disinfection of the new 12 -inch line. 3.05 TESTING A. Prior to line use, all MISCELLANEOUS PIPING SPECIALTIES shall be inspected for proper connection and satisfactory performance. Each item shall be tested at the same time that the adjacent pipeline is tested. Joints shall show no visible leakage under test. Repair joints that show signs of leakage prior to final acceptance. The Contractor will be held responsible for any damage caused by the testing. 3.06 PAYMENT A. Payment for the work in this Section will be included as part of the applicable unit price bid amounts stated in the Proposal. Section 15013 - 3 McCl.Hone G nN/rin/ np-. In—CnrinrnlM Fe tNWl1I, Iran. I B. Payment for fire hydrants shall include gravel drain pit, inter -connecting pipe and thrust blocking. Separate payment will not be made for the gate valve with box. C. The cost for the blowoff assembly shall include the blowoff piping and fittings, meter box with cover, gravel drain pit, thrust blocking, two inch gate valve with box and flexible transition coupling used between the galvanized iron pipe and PVC pipe and shall be considered subsidiary to the cost of the project. END of SECTION Section 15013 -4 YeCNI SiioIe9 Od me miro ad Frio"OW00, A rss.._ I I I I I fl I I I I L I [1 I I I n L L I C SECTION 15014 PART 1 GENERAL 1.01 SCOPE A. This section covers the work necessary to furnish and install the miscellaneous metering and measuring devices, complete. ' 11.02 GENERAL I H I n Li I A. Like items of equipment specified herein shall be the end products of one manufacturer in order to achieve standardization for appearance, operation, maintenance, spare parts, and manufacturer's service. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. PART 2 PRODUCTS 2.01 WATER METERS FOR HOUSES A. Meters for individual houses shall be provided and installed by the Owner. 2.02 METER BOXES A. Meter boxes shall be 18" diameter by 24" deep, PVC boxes. Boxes shall not have pipe notches. 2.03 METER BOX LIDS A. Meter box lids shall be by Crouch Foundry Model C-109, or approved equal, sized for an 18 -inch box. Lids shall be of cast iron material. ' 12.04 METER LOOPS I Li I A. Meter loops for single and dual meter setting shall be by Mueller, H-1402, or approved equal, sized for a 5/8" x 3/4" meter, having a 12" riser and having 1 -inch inlet and 3/4 -inch outlet pack joint fittings for copper tubing. Loops shall have a locking wing nut shutoff valve on the tubing. Loops shall have a locking wing nut Section 15014 -1 C MaCNlland ,ad/1na E,♦nnra lnoer0arotS F0 41.Nlla, Ark.__ — El shutoff valve on the meter inlet side. Meter loop inlet fitting for dual meter settings shall match the "U" branch connection fittings. B. Dual meter settings shall utilize a 1" inlet by two 3/4" outlets "U" - branch connector, with pack joint inlet and outlets. PART 3 EXECUTION 3.01 GENERAL A. All equipment in this section shall be installed carefully to avoid damage to the instruments and in accordance with the manufacturers' instructions, as approved. B. Install gauges on pump station suction and discharge piping, as required by the Drawings. C. The Contractor shall furnish such additional incidental materials and labor as required for proper mounting. Install measuring and metering devices plumb or level, as applicable, and attach securely to mounting brackets with suitable fasteners. Units installed in -line shall be made up with the gaskets or thread lubricant specified for the adjacent piping. 3.02 METER SETTINGS A. Install meter settings in accordance with the details on the Drawings and with the recommendations of the manufacturer. B. Location of meter boxes shall be field determined to correspond to the requirements of the Owner, the desires of the property owner and the general location of existing houses. The Field Engineer shall coordinate meter locations. C. The Contractor shall install all components of the meter settings except for the actual meter. The City of Fayetteville will provide and install meters in the meter settings. Section 15014 -2 H II I I H C C I r - I I El [I I wccj.i and tsr Oonwl"l 9 ' lva oM 3.02 PAYMENT A. Payment for meter settings shall be made at the unit prices bid in the Proposal. Payment shall include all materials and installation required for a complete items. END OF SECTION 1 1 1 1 1 1 Section 15014-3 ' raUll.ne anwll/In/ fMln..r. FaNI.WII., AIMMw I 1 1 1 1 1 1 1 1 1 PART 1 1.01 A. 1.02 SECTION 15080 MANUALLY OPERATED VALVES AND CHECK VALVES GENERAL REQUIREMENTS SCOPE This section covers the work necessary for furnishing and installing the various manually operated valves and check valves in the piping systems, complete. GENERAL A. Like items of equipment specified herein shall be the end products of one manufacturer in order to achieve standardization for operation, maintenance, spare parts, and manufacturer's services. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. PART 2 PRODUCTS 2.01 GENERAL A. All valves shall be complete with all necessary operators, extension stems, floor stands, worm and gear operators, operating nuts, etc. which are required for the proper completion of the work included under this section. B. Renewable parts including discs, packing, and seats shall be of types recommended by valve manufacturer for intended service. C. All units shall have the name of the manufacturer and the size of the valve cast on the body or bonnet or shown on a permanently attached plate in raised letters. D. For the purpose of designating the type and grade of valve desired, a manufacturer's name is given in the following specifications. Valves of equal quality by other manufacturers will be considered in accordance with the General Conditions. YCCNIland Canwlfln9 InasyN0N0 Fa}vtfWlll, Arkonaas Section 15080 - 1 I 2.02 DESIGN FEATURES - BRASS AND BRONZE COMPONENTS A. Brass and bronze components of valves and appurtenances which have surfaces in contact with the water shall be alloys containing less than 16 percent zinc and 2 percent aluminum. B. Approved alloys are of the following ASTM designations: 1. B 61, B 62, B 98 (Alloy A, B, or fl), B 139 (Alloy A), B 143 (Alloy 1-B), B 164, B 194, B 292 (Alloy A), and B 127. 2. Stainless steel Alloy 18-8 may be substituted for bronze at the option of the manufacturer and with the approval of the Engineer. C. All gland bolts on iron body valves shall be bronze and shall be fitted with brass nuts. 2.03 VALVE OPERATORS A. All valve operators shall open by turning counterclockwise. Operators shall be galvanized and painted the same color as the valve and associated pipeline. 2.04 VALVE BOXES A. Valve boxes shall be Buffalo two-piece screw or telescoping type, cast iron, with 5 -1/4 -inch shaft of appropriate length for the installation. The word WATER shall be cast into the top of the lid. Extension pieces, if required, shall be the manufacturer's standard type. Units shall be Mueller H-10360, or equal. All units shall be complete with all necessary bases and accessories. 2.05 EXTENSION STEMS FOR VALVE OPERATORS A. Where the depth of the valve is such that its centerline is more than 4 feet below grade, operating extension stems shall be provided to bring the operating nut to a point 6 inches below the surface of the ground and/or box cover. Extension stems shall be constructed of steel and shall be complete with 2 -inch square operating nut. 2.06 GATE VALVES A. Type 100: Gate valves 2 -inches and smaller for exposed water service shall be all -bronze with screwed bonnet and Section 15080 -2 I I I I I I 11 Li I I L I I L I L L =11:M f lK. ' loo.... FCMr/ll rl., Irin np, I r I CH I H I H I I I I I P C C ends, single solid wedge gate, and nonrising stem. Valves shall be rated for 250 psi, and shall be by Crane, Stockham, or equal. B. Type 110: Gate valves 2-1/2 inches and larger for exposed water service shall be iron body, bronze mounted valves with flanged ends, double disc gate, and nonrising stem conforming to AWWA C-500. Valves shall be rated for 200 psi minimum, and shall be Mueller No. A-2380-6; or equal. C. Type 115: Gate valves 3 -inches or smaller for buried water service shall be iron body, bronze mounted valves with mechanical joint ends, double -disc gate, nonrising stem, O-ring seals, and 2 -inch square wrench nut conforming to AWWA C-500. Valves shall be rated for 200 psi minimum, and shall be Mueller A-2380-20; or equal. D. Type 116: Gate valves 4 inches thru 10 -inches for buried water service shall be iron body, resilient seat, epoxy lined with mechanical joint ends, nonrising stem, O-ring seal and 2 inch square wrench nut conforming to AWWA C-509. Valves shall be rated for 200 psi and shall be Mueller A-2370-20 or equal. 2.07 BALL VALVES A. Ball valves shall have brass or bronze body, bronze stem with 900 turn shut off, brass ball, and resilient rubber seat, rated 250 -psi. Valves shall be 1 -inch size, shall have inlet and outlet for 1 -inch copper pipe. Valves shall be Ford B 22-444 conforming to AWWA C 800. 2.08 BUTTERFLY VALVES A. All butterfly valves, except as herein otherwise noted, shall conform to AWWA C-504, latest revision. All valve shafts shall be connected to operators by the use of keys and keyways. The use of compression or friction connections is not acceptable. B. All seats on disc seated valves shall be continuous around the periphery of the disc and shall not be penetrated by the valve shaft. Also the seat shall be adjusted and replaceable without removing the disc from the valve body on valves 30 inches and larger. C. Type 504: Underground service butterfly valves 12 -inches and larger shall be mechanical joint end (AWWA C111), with sealed, gasketed, and lubricated operator for underground service. Valves shall be Mueller Line Seal Section 15080-3 k1oCMllaad Cbna,111n/ ncawprra InoarFsrohla Fay*"oWlla, Arkomw Il III, pressure Class 200 B, 200 psi working pressure, Catalog Number B-5228-20, or approved equal. Line valves with a 10 mil epoxy coating on their interior. PART 3 EXECUTION 3.01 GENERAL A. Bolt holes of flanged valves shall straddle the vertical centerline of the pipe run. Prior to installing flanged valves, the flange faces shall be thoroughly cleaned. After cleaning, insert gasket and bolts, and tighten the nuts progressively and uniformly. If flanges leak under pressure, loosen or remove the nuts and bolts, reseat or replace the gasket, retighten and/or reinstall the nuts and bolts, and retest the joints. Joints shall be watertight at test pressures before acceptance. B. Thoroughly clean threads of screwed joints by wire brushing, swabbing, or other approved methods. Apply approved joint compound to threads prior to making joints. Joints shall be watertight at test pressures before acceptance. 3.02 PLACING A. Generally, unless otherwise indicated on the Drawings, all valves installed in horizontal runs of pipe having centerline elevations 4 feet 6 inches or less above the finish floor shall be installed with their operating stems vertical. Valves installed in horizontal runs of pipe having centerline elevations between 4 feet 6 inches and 6 feet 9 inches above the finish floor shall be installed with their operating stems horizontal. If adjacent piping prohibits this, the stems and operating handwheel shall be installed above the valve horizontal centerline as close to horizontal as possible. Valves installed in vertical runs of pipe shall have their operating stems orientated to facilitate the most practicable operation, as approved by the Engineer. All buried valves shall be installed with valve boxes in accordance with the details shown on the Drawings. B. Install 2 feet by 2 feet by 4 inches thick concrete pad around the top of all valve boxes. 3.03 ACCESS A. Location of valves shall be as required to provide accessibility for control and maintenance. Section 15080-4 ra,.r,.n. Cbn..ttlno EMln..r, fo}Kt.WN., Arkom n I I I l 1 H I rl I [1 I F1L I I I I L I C C I I [l [1 I I [] I I 1] 3.04 TESTING A. Valves shall be tested at the same time that the adjacent pipeline is tested. Joints shall show no visible leakage under test. Repair joints that show signs of leakage prior to final acceptance. If there are any special parts of control systems or operators that might be damaged by the pipeline test, they shall be properly protected. The Contractor will be held responsible for any damage caused by the testing. B. If requested by the Engineer, the valve manufacturer shall furnish an affidavit stating the materials options furnished and/or that he has complied with these and other referenced specifications. 3.06 PAYMENT A. Payment for the work in this section will be included as part of the unit price bid amounts stated in the Proposal. B. Payment for buried valves shall include payment for the valve boxes, lids and concrete collar. END OF SECTION yaclallana Canaulllna Er,gffinrs Inasrrotyaralaa Fup/pallla, Arkonaaa Section 15080-5 f l c I N 3 D 2 Z = ,'R I . i I ! I • 1 �� '41' U I r • L LL I 111 I� Q i S I z o I I I = I yl di UT WTI r I I QEI �4$�* I (>I V I I W� I I I I JI I J NW I # I I ¢ A = _ q4i> I gC I I I LL I z N �� r se: #" WJ ¢ I I ' "3C J €` } 5 I S lag' I I WI I ¢ of At b' N I o i >� - IR Q aJz i "_ i- _ 0 R I•sax I s I I x Wg : I 0G`NN I a� I I I i� f Wiz s> } I <O0 I xo I l i 4 -L6zm I O , NWW WI-, 1 =W �-W&v •�i�� ii 0 N J Q I C N mW ) N N C OVW I o WV rw3RY K u Q >Q I 1 -" Oo>NSA ` I s V �� III o >_ :�"W I OWm 9Q I Ow I }~ R UOW I1 �OS I ) y J 4V is mw War I Z _ ta I I� o _ I 4 o i I � �= I I� (- ca I I I> W VIP C 5 - 5 I I� — a I I I I 4 II I m DS an LL W ! W �,� I 0 y1 W I I V I FV �iJ≤ C m W J Y i aa n I I 2<0 8R W lIl �ITOI r ¢$ a s i Na yWz= e y� SZCZt� 6W 4r U S < J8/ yk� I I Lit� crcW d`wor5,Y=`y+� v C62�i3i II c- Vy"AGI 4- Ca� 6W I 111 I -r _., .- I _W CW CQ` R _ r `^r I I I -�J N' I I r2y W .4" : r.. )8 - 543% 4 v V J FIGURE 1 �'!' 45 .;y.. A . C . S ;L ••2 - /- j \Tj _ C l - Vii. - : • r 1 t at i . y ]i7 - - .' i y n 1- ' Cj --—_J°vpi3 43g0 l J D —N� J Y u V I .-�`I 1 II Z I —I O - --- V C__ of Nh- ,O.Cc j 3 -=v-O E' : - Y ' • V H.,O:O -I' W_V__,. C- S mLCC - x C z- 6 - S S Y 2.-i'- -7 x - ' ._ Z L] C L N S r Y IC. N_ 1 LL Z G ax SL I LI C N C i c z FIGURE • S3 -y3 CITY OF FAYETTEVILLE REVIEW FORM N CIS cd ,fri lit / I su W+S2�oc PROJECT: I4 %C ,j1L er oJJ !a2e` Rek e aTh cpu PROJECT MANAGER: Sid (1Oy-basil DEPARTMENT/DIVISION: ireeri'r<9 Please review the attached contract and/or change order between the City of Fayetteville and Approval Signature Date Comments L44 Internal Auditor 6/ ADA Coordinator 8' -S - i FAYETTEVI LLE THE CITY OF FAVETTEVALE, AAKAHSAS DEPARTMENTAL CORRESPONDENCE To: Kevin Crosson, Public Works Director Thru: Don Bunn, City Engineer From: Sid Norbash, Staff Engineer _—' Date: August 5, 1993 Re: Hwy 180 Water and Sewer Relocations Engineering Amendment No. 1 Construction Contract Change Order No. 1 Due to unexpected field changes and conditions, certain adjustments have been necessitated. Contingencies were approved by the Council for both Engineering and Construction contracts, please see attached copies of the respective Resolutions. We are requesting approval from you and the Mayor. The original change orders are attached for Mayor's signature. SN/sn RESOLUTION NO. Sl-Q3 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH GOODWIN & GOODWIN CONSTRUCTION COMPANY FOR THE HIGHWAY 180 WATER AND SEWER RELOCATION PROJECT IN THE AMOUNT OF $371,384 PLUS A CONTINGENCY OF $41,552 AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: r l i 1 r r • u r a rr i r _y le_ r :r r u :r r rr a r r- r r r r •: r Yui a r r n r iti fl'li,Ijjl'JIL%, 11.Ir r.0 nr r:r.:, .ir n.r' r. rM :1 PASSED AND APPROVED this S day of , 1993. APPROVED: OWNER: PROJECT: City of Fayetteville 113 West Mountain Fayetteville, AR 72701 Water and Sewer Relocations 6th Street, Hwy 180 Fayetteville, Arkansas Change Order No. 1 Date: July 29, 1993 Project No: FY912165 CONTRACTOR: Goodwin & Goodwin Contract 8009 Texas Road Date: May 18, 1993 Fort Smith, Arkansas 72901 The following changes to the Contract are hereby ordered: 1. The Owner wishes to add to the project, the replacement of the 12 - inch sanitary sewer line on Government Street across 6th Street, due to its existing condition and future planned improvements. This replacement is deemed to be less expensive under the current contract than under another contract after 6th Street has been widened and improved. A. Add Bid Item No. 58 95 LF of 12" PVC, SDR 26 Sewer line at $40/LF Add $ 3,800.00 B. Increase Bid Item No. 51 by 1 EA Manhole 0' - 8' at $900/EA Add $ 900.00 C. Increase Bid Item No. 46 by 95 LF of Sewer Trench and Backfill 0 - 8' at $4/LF Add $ 380.00 D. Increase Bid Item No. 32 by 55 SY of Asphalt Highway Repair at $80/SY Add $ 4,400.00 E. Increase Bid Item No. 31 by 95 LF of Flowable Fill Trench Backfill at $5/LF Add $ 475.00 F. Increase Bid Item No. 39 by 20 LF of Sewer Line Concrete Encasement at $20/LF Add $ 400.00 - 1 - Increase Bid Item No. 53 by 1 EA Abandon or Remove Existing Manhole at $500/EA Increase Bid Item No. 56 Traffic Control by $2,000 for the Open Cutting of Government Street across 6th Street. Increase the Bid Item cost to $9,000 Total Additional cost for 12 -inch Sewer Line at Government Street Across 6th Street Revise Water Line No. 5 at Campbell Soup Company's American Milling Feed Mill to accommodate the existing 6 -inch fire line to the building that was not noted on existing "As Built" Plans. Add a 2 - inch meter and delete 2-5/8" meters and 1 -inch service line. Increase Bid Item No. 3 by 82 LF of 6" PVC C-900 Water Line at $10.00/LF Add Increase Bid Item No. 8 by 1 ea 6" Gate Valve w/box at $400/EA C. Add Bid Item No. 59 1 EA 12" Saddle and 2" Corp Stop for Service Tap with Valve Box $350/EA Add Bid Item No. 60 1 EA 6" Saddle and 2" Corp Stop for Service Tap with Valve Box $325/EA E. Add Bid Item No. 61 1 EA New 2" Meter Setting with all Fittings at $440/EA Add F. Add Bid Item No. 62 1 EA New 2" Meter Box at $250/EA G. Add Bid Item No. 63 40 LF of 2" SDR-9 Water Service Line at $9/LF Add $ 360.00 H. Decrease Bid Item No. 29 by 15 LF Water Line Concrete Encasement at $20/LF Delete $ (300.00) I. Decrease Bid Item No. 22 by 2 EA 5/8" Meter Setting at $60/EA Delete $ (120.00) J. Decrease Bid Item No. 21 by 2 EA New Meter Box $80/EA Delete $ (160.00) K. Delete Bid Item No. 24 1 EA New Meter Setting 1'" Delete $ (400.00) L. Decrease Bid Item No. 19 by 2 EA 6" Saddle and 1" Corp Stop for Service Tap at $80/EA Delete $ (160.00) M. Decrease Bid Item No. 26 by 106 LF of 1" Copper Service Line at $5/LF Delete N. Decrease Bid Item No. 35 by 15 SY of Concrete Drive Repair at $50/SY Delete Total Additional for Water Line Revision ADD $ (530.00) $ (750.00) $ 525.00 3. The Owner wishes to change the location of the 8 -inch Sewer Line Line "C" to align more close by with the planned addition of a 24" sewer crossing of Sixth Street which is to serve as a future relief sewer. A. Increase Bid Item No. 43 by 47 LF of 8" DIP Sewer Line at $22/LF Add $ 1,034.00 - 3 - r B. Increase Bid Item No. 51 by 1 EA Manhole 0' - 8' at $900/EA Add $ 900.00 C. Increase Bid Item No. 46 by 162 LF of Sewer Trench and Backfill 0' - 8' at $4/LF Add $ 648.00 D. Increase Bid Item No. 44 by 30 LF of 4" DIP Service Line at $13/LF Add $ 390.00 E. Increase Bid Item No. 40 by 5 LF of 16" Bored Casing at $110/LF and decrease the unit price to $102/LF for shallower depth of boring Delete $ (760.00) F. Add Bid Item No. 64 5 EA Concrete Pier for Sewer at $2600/EA Add $13,000.00 G. Decrease Bid Item No. 47 by 34 LF of Sewer Trench and Backfill 8' - 10' at $6/LF Delete $ (204.00) H. Decrease Bid Item No. 48 by 101 LF of Sewer Trench and Backfill 10' - 12' at $8/LF Delete $ (808.00) I. Decrease Bid Item No. 49 by 70 LF of Sewer Trench and Backfill 12' - 14' at $10/LF Delete $ (700.00) J. Decrease Bid Item No. 39 by 50 LF of Sewer Line Concrete Encasement at $20/LF Delete $(1,000.00) Total Additional cost for 8 -inch Sewer Re -Alignment ADD $12,500.00 - 4 - 7. Original Contract Amount Previous Change Order Amount Change Order Will Increase Contract Amount By Revised Contract Amount Contract Time Increase in Contract Time Revised Contract Time CONTRACTOR: Goodwin & Goodwin By: ENGINEER: a � Goodwin McClelland Consulting Engineers, Inc. By: F1 fUr OWNER: City of Fay tteville By: Fred Hanna, Mayor - 5 - $371,384.00 $ 0.00 $ 25,880.00 $397,264.00 120 calendar days 0 calendar days 120 calendar days 74 I/. Date -71-73 Date g- Date