Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
54-93 RESOLUTION
1 • .1%iligir "••••••11ffirer lor RESOLUTION NO. A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH BENSON CONSTRUCTION IN AMOUNT OF $1,761,161 PLUS A 5% CONTINGENCY OF $88,058 FOR THE SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION OF THE ILLINOIS RIVER WATERSHED, BASINS 10 AND 11, THE WILSON PARK AREA. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVELLE, ARKANSAS - Section 1 That the Mayor and City Clerk to execute a contract with Benson Construction in the amount of $1,761,161 plus a 5% contingency of $88,058 for the sanitary sewer main replacement and rehabilitation of the Illinois River Watershed, Basins 10 and 11, the Wilson Park Area. A copy of the authorized contract is attached hereto marked Exhibit *A" and made a part hereof. PASSED AND APPROVED dus la& day of May , 1993. ATTEST: By: 1•• Ni...91.1,14 40) Sherry Thomas, City Clerk APPROVED: By: / f. e.d.s Fred Hanna, Mayor • • a 1 W 4 5 / 0 ESnLvinv1/4) 5-4_ cis 3.4,1A twt C eneva-tv-d--ei;e1., RA;rerx ,e,LV;•RAN • • GE ORDER 6 -/CZ 4 3 SHEET I OF 3 CHANGE \-1 ORDER NO. CI catrY cam.446 ent.ov.4. 13 Ld , OWNER: no1r1tthi..1/4.6/Aftra0Mk$ PROJECT NAME: SAwniwei 5*.sistd Ks Revs - Kerr fni Aduargri.ohi 1LLIJOIS t8Vdit-atatElf52... litiauisasiskAL9.11.— LoCATION: rwYarrstAnt.t..6-,AAPL mazer NO. CONTRACTOR: &Nisch/ Cobssre, DATE: It /4 (9 I DESCRIPTION OF CHANCES INVOUVEDt The following changes are hereby made to the Contract Documents: itsralusw moisr of A NC vu tire GLAiso we re ca,frirem-rbe., Fibre. 1.4.$FflcsntJ Oet..110/5 Poe -re UNIMAIE.ICEC) ts.In :Di* 3/ MIS (64Autageo sint.tr- tEs Om) n44 SCPJ 406-TotettAcg. ctitsaurAcaLE A,40 444 Atcri ert?ArE.0 ENGIO E6 t.14 VELA V.I CA:1360 ay colAIJ405 6dIsJci MeV* Ose or.,5 6g.44,A.1 %IJ ri LO Gnarl 0 %IS AtJo pdpn.3. L.S.. A ta Sees A-r-rtler-utt o L. enoreg. A wo CLAt Lt tr- Room ise.„1/4 soh; Cooil•Fidoe.-710p4 Cat. Ca/IL MCA," 00 Change order city of Fayetteville Sanitary Sewer Improvements • 12-09-1993 11:�3M FROM BENSON C*NSTRUCTION TO 1JW1 esie P 03 SHEET or 3 • CHANGE oRDER NO. le IX. CHANGE ORDER CONDITIONS: 1. Any additional mom to be performed under this change order shall be carried out in compliance with the Specifications included in the preceding DeecriptiOn of Changes involved, with the Supplemental Contract Drawings designated as , and under the provisions of the Original Contract, including compliance with applicable Equipment Specifications, General Specifications, and Project Specifications for the same type of work. a. This Change Order unless otherwise provided herein dales not relieve the Contractor from strict compliance with the guarantee provisions of the Original Contract, particularly with those pertaining to perfoxnance and operation of equipment. 3. Contractor agrees there will be no additional extensions of contract tine and no additional increase in Contract Price granted for this Change Order or any previous Change Orders. 4. The Contractor ONpressly agrees that he will place under coverage of his Performance, Labor and Materiel, and Maintenance Bonds and Contractor's Insurance all Berk covered by this Change Order. The Contractor v112 furnish to the Owner evidence Of increased coverage of his FerfOrmance, Labor and Material, and Maintenance Bonds for the accrued value of all Change Orders which exceeds the Original Contract Price by twenty percent (20%). III. ADJUSTMMETs IN CONTRACT ?MB 1. Final Completion Date of Original Contract 2. Net change due to all previous Chang* Order • 3. Final completion Date not including this Change order so. 12 4. Addition to Contract Ting due this Change Order Mo. Imb a. Avoidable Delay Extension b. unavoidable Delay Extension 5, Final Completion Date including this Change Order No. a. Change Order City of Fayetteville Sanitary Dower Improvements 2 ..v. isAn a Days jeuvAirl 14/1914 t Days 41)1172,4 J4414 saiY ade, otrorisi., 149 4 /14 • LC. LIJ 4. J.."..J 4.4. • 'trill, 1 1 1.0m. 1 LILO 1 VIVI 1 V • 1 1.m1 11 ..1.11V 1 • VI I • M.VVM ..... SKEET 3 OF 5 CHANGE ORDER NO. io TV. ADJUSTMENTS IN AncOMM OF CONTRACT: 1. Amount of Original Contract $ 759 2. Net (addition)(redeetalw$ due to all previous Change Orders Nes. f to 9 tli 199.40 3. Amount Of Contract, not including this Change order $ t I 7822.A 7.1-c1.04 4. (Addition)(Radmobismr to Contract due to this Change Order :3# 1.99 .52 S. Amount of Contract including this Change Order RECOMMENDED FOR dtwfirsfrr- ACCEPTANCE: 04", eiow•c ( 12 / (For iftlieeta—nreStiociates, inc. f Date ACCEPTED: CONTRACTOR: PgAissa 00,13 Co t. y B-Ateteer ) c-cifailtretirdhOriaad RepreSentative Date OWNER: t BY ( it463,r,_) biAL: Authorized Representative Date 3 Change order City of Fayetteville Sanitary Sewer Taprovennts TOTAL P.04 Benson Construction Co., Inc. P. 0. BOX 180, PRINCETON, LOUISIANA 71067-0180 December 8, 1993 Mr. BM Hohl PE Resident Engineer RJN Environmental Associates, Inc. 530 North College Fayetteville, AR 72701 Dear Bill, I have enclosed a list of mdividual claims and the total amount of these claims were agreed upon m the meeting between you, nryseg Monis Benson, and David Your earliest attention to this would be greatly appreciated. Please also, accept my for the delay. Very truly yours, aa) David M. Ellett Project Manager • PHONE 949-9898 FAX 9494797 that Jurgens. apology • • Benson Construction Co., Inc. P. 0. BOX 180, PRINCETON, LOUISIANA 71067-0180 Aug. 8, 1993: Aug. 9, 1993: Job 3001- Plug 8" drainage pipe 2 at $50 00 ea Job 3001- Plug abandoned 12" me 2 at $50.00 ea Aug 10, 1993: Job 3001 - STA 5+21 - 4" water main will pay Aug 11, 1993: Job 3001 - STA 6+21 will pay Aug. 23, 1993: Job 3027 - STA 0+09, will pay (may be excessive) Aug 24, 1993: Job 3027 - STA 0+80, sewer re-laid was not buried so will pay 2 hours delay Aug 26, 1993: kb 3027 - STA 3+24, will pay 2 hours delay Aug 26, 1993: Job 3030 - STA 3+30, will pay service not located or shown on plans Aug 27, 1993: Job 3027 Adding MH engineering delay of 1.5 hours Aug 29, 1993: Aug 31, 1993: Job 3028 - STA 1+66, will pay service not located or shown on plans Job 3004 - STA 4+90, will pay service not located or shown on plans Aug 31, 1993: Job 3004 - STA 4+91, will pay main was not located or shown on plans 5100.00 5100.00 5818.02 5669.30 51648.69 5818.02 5818.02 5306.75 5613.51 5134.97 $102.25 52249.55 PHONE 949-9898 FAX 949-9797 9 • • Benson Construction Co., Inc. P. 0. BOX 180, PRINCETON, LOUISIANA 71067-0180 PHONE 949-9898 FAX 949-9797 Sept 15, 1993: Job 3004 (should be 3006), STA 3+70, will pay Delay of 3 hours 51227.03 Sept 27, 1993: Job 3028 - STA 0+49, will pay gas located incorrectly 5818.02 Sept 27, 1993: Job 3001 - STA 24+00, will pay Plug 12" line; 2 at $50.00 ea $100.00 Sept 27, 1993: Job 3001 - STA 24+01, will pay plug line; 2 at 550.00 ea 5100.00 Sept 28, 1993: Job 3028 - STA 1+66, will pay not shown or located. 1/3 hour $134.98 Sept 29, 1993: Job 3028 - STA 2+95, will pay not shown or located, 1/3 hour 5134.98 Sept 29, 1993: Job 3028 - STA 3+38, will pay not shown or located, 1/3 hour $134.98 Oct 4, 1993: Job 3028 - STA 2+84, will pay abandoned line not shown, 3/4 hour 5306.75 Oct 4, 1993: Job 3028 - STA 2+84, will pay line not shown or located, 1/2 hour 5204.50 Oct 12, 1993: Job 3003 - STA 0+15, will pay 3/4 hour delay for large concrete block $249.25 0c112, 1993: Job 3003 - STA 0+20, will pay 3/4 hour delay for large concrete block 5249.25 Job 3001 - Manhole modification. 5442.75 • • • WCOIX DERECTIVE CHANGE DATE OF ISSUANCE: /0195 PROJECT: ...5.4d104A6404FAcclediad /44 Aeiudart umfacimmiv OWNER: 411,N0J /owe,/ Coy oF /ern wed di Alfa • REsourna N 6 .24-1i3 No. 14 Cr? 0„4-h3N4 shz. OWNER'S Project No. q001 2- so 0 • CONTRACTOR: ENGIXEER: /44cieumoce",,Ailement 4.moc at. galied Co N•ifirtart4 ••-./ ENGINEER's Project No. /de 933taj You are directed to proceed promptly with the following change(s): Description: sewate toyaloc4c, cdtod 342 17 01#4•Qc0r ru • 4' 4c./ 44-1.1 nAt 0 0, 6 a /An - Ci 77 .gescraodeurJ -Tv 4e Purpose of Work Directive Change: 4k AdOr40.0 a t "e17 Attachments: A/0 Ai c If a claim is made that the' above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon vill involve one of the following methods of determining the effect of the change(s). Method of determining change in Contract Price: o Time eand materials.. 5k...unit prices o Cost plus fixed fee Other A4o 19J 4•14 a sit ereavior &grew., peaar c JessodLe wan, . Method of determining change in Contract Time: U Contractor's records Engineer's records Other Estimated ilessofte (decrease) in Contract Price: $ Ist• 04, It the change involves an increase, the estimated amount is not to be be exceeded without further authorization. RECOMMENDED BY ENGINEER by Ce }Lig Title datiotair e00eA, Estimated increase (decrease) in Contract Time: 0 days. 4 If the change involves an increase, the estimated time is not to be exceeded without further authorization. • • TEL Sep 07 93 14:22 Ne .004 P.01 RE..Set. u *64-°3 SHEET. / OF_ 4 . DADE R NO 7.r2 CHANGE 1 1 OWNER: /4"4Aclereeniet/4a PROJECT NAME: atairAty SAAA/42 Raldatiatritaageldwreintsto ittieVeLS FOVAtie imitgattleP nflAIL 10 AP0,1/ • sayirraijaza_..... PROJECT NO. t:9 •0/ On- 00 LoCATIoN: CONTRACTOR: 26,41347.Q CsagM72_2.,_______ DATE: Q.ESCRIPTIDN OF cHANquaTINIAL The.foliowing changes are 4q;PIDY made Lo the Contrast DOCUMWItS: OceDacr 17,16 59 clopowl rrfria ch€ Ova blew We Cavriver new e f MAC &rivers Witt ,i/or Lit weo , etc nee)/ Want 1.6 06cS,4J642, I, 1 44 PReesSil te ce avir MinloceJ Peg Sea Dz zovi4 Q 'kat 00/1/4e 1640.00 2, tA7 itiravio,C Asit4Awcitcc CoArine; Pea. sec PZ -8 v' 4./38..on/vi 4 /Mo. o ty 3 1 48 Ace srae angir Appsitigr ALA: Lokote4 fr4ild046 flee. :tree 0-z.,7 r64 S2o.43,/s4 oft 141$0. co 4 1 41 PA krA L frmAblioar RerAmieHear Pe4 sec Dalt id Via.c4 -5428•C co/vre f lit .7 8.1-0. 00 ADdiriONIAL, Rtle nsar41260 OWN& 04. d.vwo,/1.73 MCA/ Cemilielir IN flAc( ON) accemAse 9rs tdearkse94,00nde is 7 740. 00 the netetV4L. /e0i t1/47-SrArneffrieNtr C.4 .1762chte bneletti DeCred4Jed EA b....&00•60/4e4 It / Odd. Oa zAti FiCOM 24) 7 3 ateivAL geilaSto7,511tA/7" efi Sta4C6 LAI&Siti vica,coue 26,4 etsedidoe Iola A *11 6490p 0 0.7 cs? 2 113 c94-.Isne(Icer701J 6xC4(417704.) PiciedAre el &I e___440 o0 00 . so 9 A ?�O94 l2O/07- 49a/it 4€ dant 01 „c; niat ads / Sale, e SOCA 9 719 reit oemx7-70/..Tro flJ� doikimeki s24700, 00 1 Sep 07 93 14:22 No.004 P.02 CHANGE ORDER OWNER: PRoJECT NANE: ti =Ma' di • aIpm& tSitzracapieD reeLIVAii /0 / SHEET, or 4 CHANGE ORDER NO. sa_ e LOCATION: FriYerfElfie„Cda PROJECT NO.A9-/CSS c20 CONTRACTOR: SiA.4104) (asisoe DATE: 916/93 1. • 1. ja$CRIETION.QP CHANGES INVugygpi .The following changes are hereby made to the Contract Documents: fa. 400 77,4• ,454zawbV6 NOV inc7141 the 44#141,ak etKre • ejnideIZO4 4Litor ReiChe roee 77-16 fredqd. 77.1e.re Wefril /75,1r 446 Aglecikiietit) 719 Ddicd C•416 0, ing IP 44/4 de A/ a mod eolc octecen ve ,4,45 creeill-1 Air 4N77t:17ZI:la• 7-7.16 ordoeye.im. tne4C.r, 7. 04 cierwi1/4/ -7-5Jr 114.0,410L6J eaece-, JzC. Vi°7 /at:9 zrA e 20•00/1`04 z edap& Oug z... Rige.S.,FOrthz GAZItir- 7306 Selc.j A lap 1.6c.J6, idax46J ivessNo Lel.) etWo M trnairps) Tar n44440161 iAftIL sitku *me iiitedrj inctierca:47700.2.3 Coarvaroec. Hora Pe6-fl4)sish•tg tor MIL le21,601" wcorec sietoks rrili e f.C.W e / 8 t2C/J53 72:1d A1ALW o e. /(& 64 € VS:00M r gd ISO. 00 orfriko•LA 00 or 411 Co,%-tneicc a 414580 • c• 0 irgidrits 40110 ars) 4.) on ca coantice- a47 • .1_ • • 7-0 Pa- AOctrictin I- 6s -re -ma' es,,,b,,s4.•,‘ odweicSig .00 Ii• =AM olkrafilucesDITIoNs: Sep 07 97 14:23 Ne.004 P.03 SHEET oP4 • . CHANGE ORDER NO. 8 1. Any additional work to be performed under this Change Order shall be carried out in compliaece with the Specifications included in the preceUing Description/ Changes involved, with the eepplemental Confract Drawings designated as , and under the provisions ef the Original Contract, ii-TaTlrrig compliance with applicable Equipment Specificatione, General specificatione, and Project Specifications for the same type of work. 2. This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with the guarantee provisione of the Original Contract; particularly wi.th those pertaining to performance and operation of equipment. 3. contractor agrees there will be no additional extensions of centraot time and no additional increase In contract Price granted for this Change order or any previous Change Orders. 4. The Contractor exprensly agrees that he will place under coverage of his Performance, Labor and Material, and Maintenance Bonds and Contractor's Insurance all Woriecovered by this change Order. The Contractor will furnish to the Owner evidence of inereased coverage of his Performance, Labor and Matereal, and. Maintenance Bonds for the accrued value or all Change Ordern whioh exceeds the Original Contract Price by twenty percent (20t). pM7TMENTS TN CONTWT 1. Final Completion Date 4/04/e/iadel /VW ef Original Contract 2. Net change due to all previous Change Order a pays Final Completion Date not including this change Order mob d Akoeeftedest25/913 Addition to Contract Time due this Change Order N. a. avoidable Delay Extension 0 Days b. Unavoidable De167 Extemiien 3/ Days Final Completion Date including this Change Order No. ,P4. Change Order 4 City of Fayetteville Sanitary Sewer Inprovemente oiC 49 f 31, ifey • TEL • Sep 07 14:24 No.004 P.04 SHEET 4 OP 4 • CHANGE ORDER so.ffi InJuf:tm.t;NTti.IILIAINSTir gcNTEWLII 1. Amount of Original Contract $ jart_ 757, 561. 013 2. Nat (addition)(144fthr6 due to all previous change Orders Nos. to _7 a 40. 3. Amount of Contract, not inclnding this Change Order 4. (Addition) (Redetotedleeijm-to Contract flw: to this Change Order 4 P Amount of Contract including thin Change Order RvcoMMENDED VOR AucePTANCE:w E alroTtm nvironrental ACCEPTED: CONTRACTOR: Li] 4 4., 0 40 $ 1,78 2.i 7 4 C., 00 4 Asfsocimmtes, inc.) ae•VI.Sosa 9-, ) Data tilduicee"- (1057-"9:3 ) gnature of Authorized Representative Date OWNER: fly: :;igna re of Authorized Representative 1 • 3 Change Order City of Fayetteville :)unitary 719provoments • TEL : UN 5 CaaAky_ adi,44) BaraLcnN ecinnz. s-ye_4•3 OWNER: PROJECT NAME : LOCATION: CONTRACTOR : 1. CHANGE ORDER Oct 28 93 8:17 Ne.003 RESDLabiu 64-13 SHEET / OF CHANGE ORDER No P01 a Filksitre rre vs Lief „ARK. ReelActillgeir iittalLiblailanow ,urstutta,RAteIt WArlitSuso Kelt•Is 1,0 Aplitgj SidentAitp,AgAs_ PROJECT NO. 16sio gm Agriaggesiestaregsras_ DATE: Ocato564. 251991 DES CRIPTIQJLQ.CJ1MQVYVJ The following changes are hereby made to the Contract Documental QuiG\ 'TO Tag Poca coNOMON OF Tile l3gi5p.j 4 Irn.jSAWiTARY stimaR, ON Jos 3016, ir 15 Nor lesletk$1131.E1 71D Lun T:14E PIPE AS WAS 0 RIGINALLy PLANMED, ^NO ir is niecCsSikey ra RtiPLAcA The exisrING tczrica4 LIM( Wrri4 A NEIN 6 intcow 11/44 SeLNOZ PIPE, Treys 3ct. •Th• Pi 33 1 ADO 240 LP OW.81' Pyc SeWIIR PIPE 4,1' ' PEEP (3 .35.oe /Liz Api Z EA • 4 jocw StRYILE COOKIECTIONS G 210.04 MA rrem 3 s A-012 A NEW trete/ Remove AND RectAc vViDooKt4 PENCE./ I e. 2,805..o4 TT -EH 3 52. ADD A NEW rra on; BoRis ommit -r-R.ae AND STOMe WALL.., I la Q Ciscl to, 0-I erlito\ 3o LI 1)61-6r6 THIS r-remi 5 Lr OK L1WINIG EXIST -we. 4, twiti4 152VNICR PIPE FROM MANACLE ()0)/02. I'D MANNOL6 (/0) Ica Q ciS.04 /Le rabstAt... caiAtJtsdti4 CoktrgLAter $84006ou $ zadoC.00 • 4 is s2s..00 = • • TEL: Oct 28 93 8:17 N0.003 P.02 • II. CHANGE ORDER CONDITIONS: SHEET 2- OP $ • CHANGE ORDER NO. 9 , • 1. Any additional work to be performed under this Change Order shall be carried out in compliance with the Specifications included in the preceding Description of Changes involved, with the Supplemental Contract Drawings designated as , and under the provisions of the Original Contract, including compliance with applicable Equipment Specifications, General Specifications, and Project Specifications for the same type of work. 2. This Change Order unities otherwise provided herein does not relieve the Contractor from strict compliance with the guarantee provisions of the Original Contract, particularly with those pertaining to performance and operation of equipment. 3. Contractor agrees there will be no additional eXtensions of contract time and no additional increase in Contract Price granted for this Change Order or any previous Change Orders, 4. The Contractor expressly agrees that he will plea* under coverage of his Performance, Labor and Material, and Maintenance Bonds and Contractor's Insurance all Work covered by this Change Order. The Contractor will furnish to the Owner evidence of increased coverage of his Performance, Labor and Material, and Maintenance Bonds for the accrued value of all Change Orders which exceeds the Original Contract Price by twenty percent (20%). III. AMSTMENTs IN CONTRACT TIME 1. Final Completion Date of Original Contract N6vei4elefa IS; 111413 2. Not change due to all 4‘ previous change Order Days 3. Final Completion Data not including this Change Order No. ts PE•c•Entat II, 093 4. Addition to Contract Time due thin Change order No. 1. a. Avoidable Delay Extension 0 Days b. Unavoidable Delay Extension 11. DaYeale. 5. Final Completion Date including this Change Order No. a. Change Order City of Fayetteville Sanitary sewer Improvements 2 aiggladogrmlit • 1V. TEL; Oct 28 93 8:18 No.003 P.03 SHEET__43_,_OF 3 CHANGE ORDER NO.__ILImm_s_ AAW,122ww,cat1)1 AMOuNT„.QFC.CaNTRilas 1. Amount of Origina1 Contract 2. Net (additionmreduct4sel due to all r Nos. to ange Orders 3. Amount of Contract, hot including this Change Order $._____417:12442.rlesultl______ 4, (Addition)(Reduotion) to contract due to this Change order S. Amount of Contract including this Change Order RECOMMENDED FOR ACCEPTANCE:„ Ahowar sFr (F RJN Env ronmental iwaielrialtrla13) ria • ACCEPTED: CONTRACTOR: By:, ?lel Signature of A t or ze oW By Signet Representa v. Da toilLsellt.o•••••••nmemmakelmommiimm....imilmiss• (42(29.,_lin Author d eRepresentLIft at ve Date -- 3 Change Order City of Fayetteville sanitary Sewer improveMents • 7S -157 -CI f • warrcl DCJ I.JVI 1 • IEEE CHANGE ORDER ReAeolJtior.) 54_93 • SHEET I OF 3 e. CHANGE ear ORDER No. 7 ( 0 OWNZR : FAVernrilia, delMic PROJECT NAME: stourar _taeavett ifterterengar Ante Reil4ditirvira/04.1., 14cialetst AelkeiC.rjAhdrate wee/ 10 a° 11 LOCATION: rAYdorreirtctcf, 4R /c. PROJECT NO. /8 • fly SS • CONTRACTOR: AS/opiates) Coarreicr,oN DATE: 9/7/9i 1. DESCRIPTION OF CHANGES imvgjawD: The following changes are hereby made to the Contract Documents: ON „Jed Seg7 thisic 7-10 A CO•ue.cacr 1#1 &MOO OrbsiAdo rye ass, sow. nit /owe', wan-0.•441ur „ ?WE /4 i*C 10 tfl caftvaitre avow altelial nee este€4/ awn. ectuirmay Jewett. jr if thiCifflitty 70Loan rote axotoe fi Thee ego Afal 8 mica Seulelst Igo* Tr 400s AO° lanindt 1101(1/)/114 AC initial 274 So Auto gethue Aida .001&fifee Pastate fisla(ti) g "taw au,. Pang) NAudiPtir. 3..rt 4.4 rr) frallweine 0-4 Cato Ilse / /Soo ea/ a aloe's, eir peso, ugamod C.4.0Attio A* 11. /Wats 16.••• S 4t" PAo# trAssane Expt.4 in/M • ogy441 geo 3,4yeineec en en 3 sec a• -t um, caiNotriew a" A•gc ot an" Sao. chip act_ Cs ofac. .r.foa lite &I :ea ageres Amp itiiceel.C+4 • 441110.ms _.1" ifjc st,1110t• ci-C OW SSW I 2.itit Slio • (5114 ) 3cs an V.1. seuinenkie 0-4' Otte Dehote 4egn 3 c4 8'' 0.1. SSIS PO (-A mot Omsvo 41011 *Sou& loots Matises &LS Ct- 7 STAderr two' LA•• /100 33t1 t 14.64 a. son 7sr4i• ADOnsios.t.IL car r Court -ear 1 Change Order City of Fayetteville sanitary Sewer Improvements • '93-09-07 06:57 BENSON CONSTRUCTION 8 746 4402 • P.2 SHEET 1.. OF 3 CHANGE ORDER NO. 7 II. CHANGE ORDER CONDITIONS: 1. Any additional work to be performed under this Change Order shall be carried out in compliance with the Specifications included in the preceding Description of Changes involved, with the Supplemental Contract Drawings designated as and undar the provisions of the Original Contract, including compliance with applicable Equipment specifications, General Specifications, and Project Specifications for the same type of work. 2. This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with the guarantee provisions of the Original Contract, particularly with those pertaining to performance and operation of equipment. 3. Contractor agrees there will be no additional extensions of contract time and no additional increase in Contract Pries granted for this Change Order or any previous Change Orders. 4. The Contractor expressly agrees that he will place under coverage of his Performance, Labor and Material, and Maintenance Bonds and Contractor's Insurance all Woricoovered by this change Order. The Contractor will furnish to the Owner evidence of increased coverage of his Performance, Labor and Material, and Maintenance Bonds for the accrued value of all Change Orders which exceeds the Original Contract Price by twenty percent (201). III. ADJUSTMENTS IN CONTRACT TIME 1. Final Completion Date of Original Contract NirendA4 sceru 2. Net change due to all previous change order Cm Day* 3. Final completion Date not including this Change order No. 2.. await t..3 PM/ 4. Addition to Contract Time due this change order No. '7 a. Avoidable Delay Extension b. unavoidable Delay Extension 58 Final Completion Date including this Change order No. 2 Mecom0446c10,iti7 Change Order City of Fayetteville Sanitary Sewer Improvements • Days 3 Days • • • • sazzgr, •or 1 • CHANGE ORDER NO. 1 /V. ADJUSTMENTS IN AMOUNT OF CONTRACTt 1. Amount of Original Contract $ Ant( at SS 2. Net (addition)(meiset4eNr due to all previous Change Orders Nos. •/ to ilMtee 3. Amount of Contract, not including this Change order $ Ali 760 / Iff. es 4. (Addition) 4aseatitafF) to Contract due to this Change Order *a, 10 5. Amount of contract including this change order /,7 6$/e• / ma RECOMMENDED FOR ACCEPTANcr:21)4a2k—letivrie 4f8444. ( or RJN En ironmental Associates, Inc.) Date ACCEPTED: CONTRACTOR: dAtSoA00 (1,'Sf4. Cr. PC-- Ey1.-7,4-1 nee--; 42-20•Laset---• ( ?, S gnature of Authorized Representative Date OWNE CAre OF FOICTTIPLLic, kEuis) cAUssolo, fhA INWP11-- ignature of Authorized Representative Da e 3 Change Order City of Fayetteville Sanitary Sewer Improvements • z • OWNER: PROJECT NAME: vrY 04,Eftic a. Es Lomat.) *3-4 ow 93 CHANGE ORDER cAterniviatak. SedoinrmAy icroidiCleditAcenarr AND /f1A1A4I4 tiler/tom /LcaAva itimeAC IW476,61441 10 44o• SHEET / OF 3 CHANGE OrT cot ORDER No. 4 c Af a LOCATION: PAyeireeitzeze. PROJECT NO. 49-•/0.3S-vo CONTRACTOR: eleimou C2MIsr DATE: Nai/g., I DESCRIPTION OF CHANGES INVOLVED: The_following changes are hereby made to the Contract Documents: • A ESTAizaW A taw- nen& fog A ran Jfl, ermica oersted 0,90/0 condoecnoki --r0 AQ 6yart4J6 Cot friameudec (11)7-0 • -me tharrac 6imucat 040, is Tv Be "drioree An" atitierse WOW 1716 6;Ascs ailote? 3:4Coornoe PAP Coma. /64 cpto�.00 r goo. 0 0 6 earratasid A tlethr eitit6 foie c4n/A14 4 dincii 4ill476Cfrf4ny (4A/ aziArse 1:36900tefly TWAT nal A/or Sliorvu ON Tile "410.1 int ..Yool AT not reties Agiter-frann. frv4re.ntfrinki Ir 4 06Agebio "-mem Ar• rue SANO ec..&cnfriom 4.1 nit get/61e seiven. Atio Ir hmj St nen/A/Are° zwaer- ofi 1716 tedc.teic geweg. •110”1' 3P 3 CA, 4 ma1P/ATeitestAIW / 14 St 373loo g• Alm APOrTioN4L. 114411101.6 ( NA/ 00) asi ) LY g6(290 OA) tad, 3004 ove ro 4 etwader is/r11•1 4 idgarliva 4 'must Wereit 'au .4wo 7741 Le PgaSeD slaw sovver.4..ey Se.pvett 140•Je • -nie gee dtet0 3 mks r4.ein4y Stal644 1JWG- WILL 116 tettocaio 47)16%4J difcdc. -TV -Thie 6Xidr/Q6 jeajapt. Aim It_ rid &duo ef.vg red out R6oilig.i4J4 roe- AcarioAme, A4AAmene, cff incsittifie irert rif /64 ea/Coo-oo t 1.,004470 'MAL Appanage L cdsr 7741 Cb 4 a 26 75. a SHEET t or • CHANGE ORDER NO. C /I. CHANGE ORDER CONDITIONS: 1. Any additional work to be performed under this Change Order shall be carried out in compliance with the Specifications included in the preceding. Description.of Changes involved, with the Supplemental Contract Drawings designated as , and under the provisions of the Original contract, including compliance with applicable Equipment Specifications, General Specifications, and Project Specifications for the same type of work. 2 This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with the guarantee provisions of the Original Contract, particularly with those pertaining to performance and operation of equipment. 3. Contractor agrees there will be no additional extensions of contract time and no additional increase in Contract Price granted for this Change Order or any previous Change Order*. 4. The Contractor expressly agrees that hs will place Under coverage of his Performance, Labor and Material, and Maintenance Bonds and Contractor's Insurance all Work covered by this Change Order. The Contractor will furnish to the Owner evidence of increased coverage of his Performance, Labor and Material, and Maintenance Bonds for the accrued value of all Change Orders which exceeds the Original Contract Price by twenty percent (20%). /II. ADJUSTMENTS IN coNTRACT TIME 1. Final Completion Date of Original Contract Aklift444/0 slEOMJ 2. Net change due to all previous Change Order t Days 3 Final Completion Date not including this Change Order No. 4 ilavesies 74 MP 4. Addition to Contract Time due this Change Order No. C a. Avoidable Delay Extension b. Unavoidable Delay Extension S. Final Completion Date including this Change Order No. SL t44644m.volti • Days 3 Days Change Order City of Fayetteville Sanitary Sewer Improvements 2 SHEET dz Or CHANGE ORDER NO. Amount of Original Contract $ &I.oa Nst (an)(reduction) due to all previous Change Orders Nos. I to S $ 1 6tie.42 Amount of Contract, not including this Change Order (Addition) (Thethtetj-rrt to Contract due to this Change order $_ l '1Si. L83.oa $ 2.675•t' Amount of Contract including 7 L p 6S�• this Change Order $ RECO!OtENDED ACCEPTANCE: ACCEPTED: CONTRACTOR: L3 LA/S oN C.BNSIit. r. /tL City of tayetteviltt Sanitary Sewer Xaprovesent/ Rrs S4 -q3 CHANGE ORDER SHEET / OF 3 CHANGE C.rI cws1 ORDER OWNER: f'ANETlCy.cctt ,,4/c PROJECT NAME: San.nbty seAueA! defl4c6MQ✓r AO 4dd4d/urAnawI ILL inni .0&0A WAnnRSi160. 3 Lr, os soul LOCATION: cAY6rre✓16LS AZkAedr1 PROJECT NO. 19 - /offs- • v CONTRACTOR: &s.cjoJ !hair DATE:_______________ /93 I. DESCRIPTION OF CHANGES INVOLVED: The following changes are hereby made to the Contract Documents: A. we Aoo,r,o.J of A nlaJyot6 ON Jod Soo/ Ar Jr*%Vv@.v Zoraz 7b De C4u.6o HN ria)/A, 77VIJ f-faua94$ Lr 78 df Ouvt6O JA140 a 7JIIt /s InAr oOC PI/d HE6rj Twc /lo IM6IJ Q/,f3fe Aao t1 ,f/tc6JJ'Ncy Tv eudA&1c6 flit' fr.War✓ cae C I wrjao&I., on TIf e /QL°GE✓f L /u t p.It no A7"HN d - A 1 Change Order City of Fayetteville Sanitary Sewer Improvements SHEET 2— OF 3 CHANGE ORDER NO.5_ 1. Any additional work to be performed under this Change Order shall be carried out in compliance with the Specifications included in the preceding Description of Changes involved, with the Supplemental Contract Drawings designated as and under the provisions of the Original Contract, including compliance with applicable Equipment Specifications, General Specifications, and Project Specifications for the same type of work. 2. This Change Order unless otherwise provided herein does not relieve the contractor from strict compliance with the guarantee provisions of the Original Contract, particularly with those pertaining to performance and operation of equipment. 3. Contractor agrees there will be nb additional extensions of contract time and no additional increase in Contract Price granted for this Change order or any previous Change Orders. 4. The Contractor expressly agrees that he will place under coverage of his Performance, Labor and Material, and Maintenance Bonds and Contractor's Insurance all Work covered by this Change Order. The Contractor will furnish to the owner evidence of increased coverage of his Performance, Labor and Material, and Maintenance Bonds for the accrued value of all Change Orders which exceeds the Original Contract Price by twenty percent (20%). �_1 441 �M • �M4; . 4 yl' 1. Final Completion Date of Original Contract /t/°✓ 'S,i941 2. Net change due to all previous Change Order 9 Days 3. Final Completion Date not including this Change Order No. 5 . . . . . . . . . . MV 74, 19 93 4. Addition to Contract Time due this Change Order No. a. Avoidable Delay Extension. O Days b. Unavoidable Delay Extension. . . . . . . . . . . C Days 5. Final Completion Date including this Change Order No. V 24, 1993 Change Order 2 City of Fayetteville Sanitary Sewer Improvements C SHEET 3 OF 3 CHANGE ORDER NO. S e1 4Mtf :.V . JfY. . . .i 1. Amount of Original Contract $ I.7S1 56/.0i 2. Net (addit)(reduction) due to all previous Change Orders Nos. / to _A_ $ 3. Amount of Contract, not including this Change order $ I 7 $6 1 8 3 vd 4. (Addition)(Retne4±ent to Contract due to this Change Order $ I Soc. o.' 5. Amount of Contract including this Change Order $ i� 7 S G S i . eo RECOMMENDED Fp ACCEPTANCE: 2&&'Z- �`� tan'c ( ) For RJN En ironmental ssociates, Inc.) bate ACCEPTED: CONTRACTOR: By: 72-7n A n =/y (7/2/3 Signature of Authorized RepresentativeDate BY: U /I�M1ND0N- [ kZ03 &Cl 1`NCIN IEA ( SEPT Z,93 ) Sianature A horized Representative Date 3 Change Order City of Fayetteville Sanitary Sewer Improvements p. RFS 54-93 CHANGE ORDER SHEET_OF S CHANGE �csnc.c ORDER NO. 4 d G OWNER: f irY or F4Y0rflY1".de ARK PROJECT NAME: 5a ..rWGY SEs.a flats'. RsOu .s esatr Aro tcdddiur�nw ILUAAMJ Atv MC Lsr• 'td BAN.).' I o j i t LOCATION: PNYe,rwi"d.A,CK PROJECT NO. /8-.a3t-e.r CONTRACTOR: i3sa ou Copn7* acrror.'r DATE: 9121/91 I. DESCRIPTION OF CHANGES INVOLVED: are hereby made to the Contract Documents: A 6tradcuaJ A Lvn Sure 46 F•.e. 4.ar lfd#Anc taC41f0 On T7%f sewet Lwe derweeN /1/1(/1)274' N#(n)te ,r, S7U erw 7o srA o t z5 . 7)41 AddW st tW+d.A. ttJ J ~A o ciNe y rNe alE ,W.YJ r'c4 4Frf✓c AfsroaJ6 4Luur Set Pa..cj 10'! t' .a2. -"pi er A/LW RE /AID. 4dn c c 4t L4UL6o / o r Z4 ga G9,JJ MrS u/ £op'L.nci.+t ZS Lf of /O4 JEwe.( ,I/S. rare Co.wir.o�.f Tier .r 4 Alit y TV I6 CL CaJ4L 4L,.rr RdiAJA) w.e.e Ie Te11 /eE/*4112 7uE coop' ldrr P.e.c6 LJ d,9to.00 1 Change Order City of Fayetteville Sanitary Sewer Improvements SHEET L OF S CHANGE ORDER NO. 4 II. CHANGE ORDER CONDITIONS: 1. Any additional work to be performed under this Change Order shall be carried out in compliance with the Specifications included in 'the preceding Description of Changes involved, with the Supplemental Contract Drawings designated as and under the provisions of the Original Contract, including compliance with applicable Equipment Specifications, General Specifications, and Project Specifications for the same type of work. 2. This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with the guarantee provisions of the Original Contract, particularly with those pertaining to performance and operation of equipment. 3. Contractor agrees there will be no additional extensions of contract time and no additional increase in Contract Price granted for this Change Order or any previous Change Orders. 4. The Contractor expressly agrees that he will place under coverage of his Performance, Labor and Material, and Maintenance Bonds and Contractor's Insurance all Work covered by this Change Order. The Contractor will furnish to the owner evidence of increased coverage of his Performance, Labor and Material, and Maintenance Bonds for the accrued value of all Change Orders which exceeds the Original Contract Price by twenty percent (20%). 1. Final Completion Date of Original Contract A/.v ,5/993 2. Net change due to all previous Change Order s Days 3. Final Completion Date not including this Change Order No. .4. . . . . . . . . . Wow zo,19 93 4. Addition to Contract Time due this Change Order No. a. Avoidable Delay Extension. . . . . . . . . . . . d Days b. Unavoidable Delay Extension. . . . . . . . . . . 4 Days 5. Final Completion Date including this Change Order No. ¢ . . . . Change Order 2 City of Fayetteville Sanitary Sewer Improvements Moe' z4, i993 SHEET 3 OF .3 CHANGE ORDER NO.4_ IV. ADJUSTMENTS IN AMOUNT OF CONTRACT: 1. Amount of Original Contract $ 1,759y 561.00 2. Net (add±t±vn)(reduction) due to all previous Change Orders Nos. _j__ to_ $ 9 3. Amount of Contract, not I S I 3 3. 00 including this Change Order $ 4. (Addition)(Reduet4ont to contract due to this Change order $ 4, $ 50, oO 5. Amount of Contract including this Change Order $ ), 754J f /J' 3 •60 RECOMMENDED FOR ACCEPTANCE: l� ii. _a eve ( (For RJN Envi onmental A sociates, Inc.) Date ACCEPTED: CONTRACTOR: (RPAJ S e.v/✓C- By: Sign 0JD.In�.�-- ( 7_ L_ P nature of Kuthorized Representative Date OWNER: By: S -(Z fl3 ) ve Date 3 Change Order City of Fayetteville Sanitary Sewer Improvements Lt e CHANGE ORDER SHEET_OF .3 RE -s 54-93 CHANGE i CIPf NS c ORDER NO. 3 OWNER: 07Y a" FAkzuz iud,, AQ*. PROJECT NAME: Snnny SSWfl 4W A/a REpL4csn6cfrl Sdddsc,rAf o&1 LUMW An,Lt NGtinailo� 6ASYaf3 $a .t w i / LOCATION: 'r1Yi_✓ly.6,____ PROJECT NO. CONTRACTOR: *4VJaJ CV0.WAit n er i DATE: S/z9191 The following changes are hereby made to the Contract Documents: A. esrdddtaJd ii 4n"4 Jim rJ A!VC6 fat A /oi✓ r A•CPAiiL o✓ WAIY/MGroN £rx.Sr 46rtJE6N /-1/VOd f 131. ,/NO nd cn. tl7 7YE OIScf '€ Poi/l- A&W /6vw.o i .ArV.4 MI;VAt /4..•r I //i.G idoa, ?WAJ MU 4e1 ac wnc It C0cc6<s I po.✓s Rt/iit /odl Al ,6d0 6^,*Ji rrJ O? /re/w✓ci ✓C GS Lf d' " SE c l®c- ©/E !4✓O d N6 JcaaicC . 7716 Co-Dirioa.ru T,✓ r dMy' ?ro net at#Cud& 4, it g46✓pu t tc4. Ap/G 7t n/,J IQCP.��•t. 77d t CLIPIA' .id" .Cic6 1 J 1 Change Order City of Fayetteville Sanitary Sewer Improvements Or SHEET Z OF 3 CHANGE COW ORDER NO. .3 It II. CHANGE ORDER CONDITIONS: 1. Any additional work to be performed under this Change Order shall be carried out in compliance with the Specifications included in the preceding Description of Changes involved, with the Supplemental Contract Drawings designated as N/s. , and under the provisions of the Original Contract, including compliance with applicable Equipment Specifications, General Specifications, and Project Specifications for the same type of work. 2. This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with the guarantee provisions of the Original Contract, particularly with those pertaining to performance and operation of equipment. 3. Contractor agrees there will be no additional extensions of contract time and no additional increase in Contract Price granted for this Change Order or any previous Change Orders. 4. The Contractor expressly agrees that he will place under coverage of his Performance, Labor and Material, and Maintenance Bonds and Contractor's Insurance all Work covered by this Change Order. The Contractor will furnish to the owner evidence of increased coverage of his Performance, Labor and Material, and Maintenance Bonds for the accrued value of all Change Orders which exceeds the Original Contract Price by twenty percent (20%). III. ADJUSTMENTS IN CONTRACT TIME 1. Final Completion Date N'v IS,r993 of original Contract 2. Net change due to all previous Change Order .°. Days 3. Final Completion Date not including this Change Order No. } . . . . . . . . . . Nsvrs1993 4. Addition to Contract Ti%e due this Change Order No. a. Avoidable Delay Extension. o Days b. Unavoidable Delay Extension. S Days 5. Final Completion Date including this Change Order No. .j.. . . . . . . . Miv 21j3 Change Order 2 City of Fayetteville Sanitary Sewer Improvements SHEET_OF CHANGE ORDER NO. 3 �1 4ul. • � • • •. 1. Amount of Original Contract $ I 15'► 541. oa 2. Net (addit4en)(reduction) due to all previous Change Orders Nos. I to _ $_14£1._u 3. Amount of Contract, not including this Change Order $ 1W 141 i 90%. 03 4. (Addition)(Reductierrj to Contract due to this Change Order $_1.430 _In 5. Amount of contract including 1 � s 1, 333 cc this Change Order $ RECOMMENDED ACCEPTANCE: Date ACCEPTED: CONTRACTOR: /ass(IA)5.T' 6 We ( y -Z F3 ) S gnature of Authorized Representative Date By: lY►•vy.J $Ws--- (�) S'anature of Authorized Representative Date 3 Change Order City of Fayetteville Sanitary Sewer Improvements CHANGE ORDER OWNER: CITY of FAV 77e'✓'LLE. 9,EC, PROJECT NAME: i EL EsmrAw/ REN/bLA4na' /LLlnlois Rival. bI,dtWWtfl eJAW4 oMM #4 R65or, 7OA) 5493 PRa3 q 4 00z 2-302t SHEET / OF 3 CHANGE ORDER NO. # LOCATION: PAV6FTTt sfiLL6,AIRKMLf41 PROJECT NO. /A loss So CONTRACTOR: R1<w/SOA/ CVW—SX4 GT/ DA/ DATE: A dGQS r 6. 1 99S The foil are hereby made to the Contract Documents: A. EsrAdL,sf A 41*vnr Pg'ct Fog 1o"iPrc Sswoe C. /` - 10 1 ptat -rite Qi,,4,v f ow sgesr 1O Foe Jo4 Nd. 3c,4 SNOW RElo"C:114 , TN 6 6x/Jri,uc 8 "sow6R W j77 /o"Avc StUJ6rz 01 QE Now6v6,C rNe Co,vreAer QocVA4XwC Va tier Ra,t5cr- DJJJ flt#1 so nr IS ,v6c6SSACa! TO /4 ,ue w 2ZrexH 3 O Z , n9"R/c SetW4jO- P1P45 6, / -/o' 6%EEIt Tat rn ,r /,,0e6 /.J $3S.ovAeLle ilNo Tat ,40alrsso•IIX Corr /.J 7/4 <F T'it-/es-1 d 33.0j 6Y v,nJ S8132.00 -------------------- L3. 1)Ece-rE TnnA 3&/S f2o.. T716 (D,vrZecr, 7715 Se6d./BA/r dereNe6A) HN</o)/B2 ,anv flNCi)c99 )VAJ Q. I PG /&6O !)SI L16 77J 6 Sea rrrer f th scir 77J/J R�''JJiLr.1 IA.) A ,OL`C, 21E of 22179v,oe jQOt.LJ4IC 70 7nJLS ORl6/wAL cisjncicr; l Change Order City of Fayetteville Sanitary Sewer Improvements L A t SHEET_OF CHANGE ORDER NO. Z 1. Any additional work to be performed under this Change Order shall be carried out in compliance with the specifications included in the preceding Description of Changes involved, with the Supplemental Contract Drawings designated1 aa. and under the provisions of the Original Contract, including compliance with applicable Equipment Specifications, General Specifications, and Project Specifications for the same type of work. 2. This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with the guarantee provisions of the Original Contract, particularly with those pertaining to performance and operation of equipment. 3. Contractor agrees there will be no additional extensions of contract time and no additional increase in Contract Price grantetr for this Change Order or any previous Change Orders. 4. The Contractor expressly agrees that he will place under coverage of his Performance, Labor and Material, and Maintenance Bonds and Contractor's Insurance all Work covered by this Change Order. The Contractor will furnish to the Owner evidence of increased coverage of his Performance, Labor and Material, and Maintenance Bonds for the accrued value of all Change Orders which exceeds the Original Contract Price by twenty percent (20%). 1 41f� V • 41 i 4�"] 1. Final Completion Date of original Contract 2. Net change due to all previous Change Order . . . . . Nhrd► %UA ,1993 . o Days 3. Final Completion Date not including this Change Order No. j, . . . . . 4. Addition to Contract Time due this Change Order No. 2— a. Avoidable Delay Extension. p Days b. Unavoidable Delay Extension. . . . . . . . . . . 0 Days 5. Final Completion Date including this Change Order No. 2 . . . . . . . . NoJEriBEL 15,i993 Change Order 2 City of Fayetteville Sanitary Sewer Improvements SHEET 3 OF CHANGE Z ORDER NO. + •_1 4Y! ZM : r • • • 1. Amount of Original Contract $ I) 159 S(o1.O4 2. Net (addition)(reduction) due to all previous Change Orders Nos. I to $ 3. Amount of Contract, not including this Change Order 4. (Add4ti=)(Reduction) to Contract due to this Change Order $ 1i-7590F4s(1Voo $ 14- 5. Amount of Contract including this Change Order $_i14.4 RECOMMENDED FOR ACCEPTANCE: jc63. £'a iates, Inc.) I ACCEPTED: CONTT7R�ACTOR: s 3 PAJ C'0 AJ _CAO dI _ W tN By%�It4p _ r-- ( 1 — fl Signature of Authorized Representative Date OWNER:fk1tk0 \Cotc1w Pe-cEcT jejltLL B (S/kuc, ) y. ci..ns n,a f ithnri7ad Representative Date 3 Change Order City of Fayetteville Sanitary Sewer Improvements S- 13 DATE OF xssuaNCE: 74- - 9 3 PROJECT: •54u Sdwde RA'tacoird✓rt / t( i2'V02 PV04reodJge,e OWNER: 4ir,Jrw ,o#.,, G iry of 'C YES' 2H atd� As4c No. 3 �tLdn t?r L751 Tra .� o OWNER's Project No. `CJ012.-'iaZD CONTRACTOR: ENGflflR: 73in/JOtir GovlreQcTrCl] +P✓"! &4'(II,dcfrJn •'ndc Aoa is /3.sSdre.�. c,r•y� 6�,J.Jrdv.O `pVtt.aJ, 7x rJ ENGINEER's Project No. g:lv 3 S- o., You are directed to proceed promptly with the following change(s): Description: Ave ,id1.0"44QoLd co. d Mt/c4 a v.J . „nee r• 4Na .Id0.+~✓ dJ(4jrr✓6 ilrt,r,b6B fi.J®tL Purpose of Work Directive Change: 7�rJr*,4V4 H4✓Noca .Wr• Ar 4%• of 45t.J17N6 6 " $dwv - a✓O A.,o IWO aC 'S M �ttat` O GO I"/A✓.JOtfJ /./ /Cda,C '►7r6 J4.1J 41&'t eF' >Y+C �jryJJr .•i tom___ - - _ n_ .�.� .... _...[. �. If a claim is made that the' above changes) have%affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s). Method of determ ring -. change in Contract Price: 0 Time and materials Unit prices - 0 Cost plus fixed fee o Other. Method of determining • change in Contract Tice: 0 Contractor's records Engineer's records 0 other Estimated increase (decrease) in Estimated increase (deesesse4- Contract Price: $_# 0<8. ai . in Contract Time: _days. If the change involves an increase,- If the change involves an the estimated amount is not to be increase, the estimated time be exceeded without further is not to be exceeded without authorization, further authorization. !\\ • rJ �.. S..�.-. S )o� 'lit,Gnal- 1LTIiJ 3 ASs Lam' iys 3(wa^ 0 6�SfL stw�- F,( or swL^ Aoot flnJ Neer/ 4l" dnl flu d " Jrwio 44 .kit (aa Norm../ Sud 7XAerio /ze% ltuNs e 40,PL /2e% forte,# PA ( 4r.v.r r 5'c ("we rQ00 Uaa- to It) 0tT6w,"e AAr w C,o.' loa) Sc faybi69 A r i. �pFAIE1TL` I Sa+ lSoa.. / t. 4C. a. Olt. l/«i : 112..' 1t4%240. Cla., ?7-r. 4. 2272. e+ 2alt !a ]t3 u3•°° {5La.j 4O JC Cost /ace! /l.« tarn< /2/40• otw WORE DIRECTIVE CSANGE DATE OF ISSDANCE: 7 • t-9 3 PROJECT: OWNER: frr-j oil jQy4,t*f �drwe/ ddvivJ £war w %Jkl"G6T77JJ ( OUJA✓A No. 2-.. OWNER's Project No. Cfo61Z-302o ENGZlfffit: AJ✓ <SJW,cs,aiaq e£ AJJvc iv. ]MGI is Project No. /&•n3S.oJ' You are directed to proceed promptly with the following change(s): Description: CLAY Can.. .a- {/iucris.! 0,.,- ,O/.ri.c Cocwsre✓� (see s4TTAV,t,., j,g4t `r-) Purpose of Work Directive Change: / susre c c 4, y fie,.,, AT Lb1.+r ���C��4/�J T'1/ LSLINiwAZ` / - t. J7[_ln# ! Of !✓NTO�L ,Qowu,Jn�6aH �' e rT [cA,it> Attachments: COG4TIv ✓ b i 40/,Jfe✓A t. C/ -'.Y ,sJ If a claim is made that the above change (s) have affected Contract Price or Contract Tin, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s). Method of determining change in Contract Price: 0 Time and materials Unit prices 0 Cost plus fixed fee Method of determining change in Contract Tice: 0 Contractor's records -- \ Engineer's records Estimated increase (deesstMj in Estimated increase (decrease) Contract Price: $ 33 L0.oa in Contract Time: _days. If the change involves an increase,' If the change involves an the estimated amount is not to be increase, the estimated time be exceeded without further is not to be exceeded without authorization, further authorization. RECOMMENDED BY ENGINEER by £tc4TO.._A tt.��. Title ,4Mytlwr G`uQ/MCLK y A'II I. OO/T10,cfAL C LAS 04Na ASWV PdIO Tb stiaii,i r6 DOW" Jraw-1 P' -t psala r- !PEl�•�l.� r. J04 n/+. Ssrifl oa of C44Y Otn Jed 1003 Sri ,,'to Jed /009 $ 0*4l5 Jos go:, Srss 2.t t5 J06 1ol2 Sm z ns Jed 1014 Srn N .Jess Io 15 Sr - s o+7S Jqg ,o'& S1e+ z# 7S J06 /e17 Srx 3s0s Jul /018 -Fiv z 13 Z• Js ,017 Sri I iwa J.,d rou S>" 1 fe8 JD4 10 cl Sit Z 40 Jog /0ZZ srn Lf 90 Jed /00 ST O46a Jo91ot4 Qrm, ins 304 1oZ5 51-4 3*77 hut/to rA4 rio,✓ 7-mrwL 4co.no. ne. Ct:47 04r1! !IcvQsdoC /6 a cu/ -43 t DATE OF ISstmscE: 6 f /o J 9J PROJECT: (4&J SEC✓d4 1?e 4CCUc IT f r rio.1 /cc IC' va r u60022cJMe V OWNER: C / r7 d/' ✓«<�/ ,Ott CONTRACTOR: 126/Jlo,,/ fo✓jr Cp owNf's Project No. I910_ -3SDD ExGIIiEER: i2Jn> ✓.-/E.aw& ENGfl's Project No. /W-/osr-a✓ You are directed to proceed promptly with the following change(s): Description: .l -c "'/ '-"IV V .A'4 w a #? - ✓e6 Il k' N /J iv It QS# o9ct.7 /t /C41C4 C l7J xis' /J n Fi/ds,v(,t7sKo Purpose of Work? D HN Cive C ange Ead/cirdno•/ ANo Si v' erc /i lnn I.,rtur N,/(i f�N[ a'J,e�GL�cq- G,E!/J../QEJ C EK,cac, ,c -it" O✓ �c,.7✓1 Attachments If a claim is made that the' above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s). Method of determining change in Contact Puce: 0 Time and materials e°l. Unit 0 cost prices plus fixed fee 0 Other Method of determining • change in Contract Time: 0 Contractor's records - tEngineer's records 0 other Estimated iseean (decease) in Estimated increase (decrease) Contract Price: $_1371. n a . in Contract Time: _days. It the change involves an increase,' If the change involves an the estimated amount is not to be increase, the estimated time be exceeded without further is not to be exceeded without authorization, further authorization. RECOMi7E ID��E�,D��BY��ENGINEZR by !2A_Zk Title £e..j/D%4r A/c -C by Title 154 (( �fr�x c'` • �1 2l % T1 A 1 ( 3 C CHANGE ORDER ( llf SHEET 1 OF 3 CHANGE ORDER NO. 1 OWNER: City of Fayetteville. Ark PROJECT NAME: Sanitary Sewer Main Replacement and Rehabilitation Illinios River Watershed Basin 10 and Basin 11 LOCATION: Fayetteville. Arkansas CONTRACTOR: Benson Construction I. DESCRIPTION OF CHANGES INVOLVED: PROJECT NO. 18103500 DATE: June 7. 1993 The following changes are hereby made to the Contract Documents: The City of Fayetteville, Arkansas agrees to allow Benson Construction, Inc. the temporary use of the City owned property adjacent to the North Street Lift Station for storing of equipment and materials during the above referenced project. The property is described in the Warranty Deed attached hereto and made part of this Change Order No. 1. The use of the property will be provided at no cost to the Contractor. In consideration of the use of the property, Benson Construction agrees to the following conditions. 1. Benson Construction will provide routine maintenance to the property and shall keep the property clean and orderly. 2. Due to construction work on North Street by the Arkansas Highway Department, Benson Construction will clearly mark the property boundaries in accordance with the attached Warranty Deed and agrees not to store any equipment or material outside of the described boundaries. 3. Benson Construction, Inc. shall not block the entrance to the North Street Lift Station and must allow City personnel or their representatives unlimited access to the lift station and any water or sewer lines in the area. 4. Benson Construction, Inc. assumes sole responsibility for security of his equipment and materials and for all actions of his employees or agents on the property. The City of Fayetteville assumes no liability for the safety of personnel or equipment while on the property. 1 City of Sanitary Sewer Change Order Fayetteville Improvements SHEET- 2 OF 3 CHANGE ORDER NO. 1 5. Benson Constuction, Inc. agrees to vacate the property within 10 days of the final completion of this contract and to restore the property to its original condition or better. Restoration work shall be in accordance with Section D2-16 of the Contract Specifications. II. CHANGE ORDER CONDITIONS: 1. Any additional work to be performed under this Change Order shall be carried out in compliance with the Specifications included in the preceding Description of Changes involved, and under the provisions of the Original Contract, including compliance with applicable Equipment Specifications, General Specifications, and Project Specifications for the same type of work. 2. This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with the guarantee provisions of the Original Contract, particularly with those pertaining to performance and operation of equipment. 3. Contractor agrees there will be no additional extensions of contract time and no additional increase in Contract Price granted for this Change Order. 4. The Contractor expressly agrees that he will place under coverage of his Contractor's Insurance all Work covered by this Change Order. III. ADJUSTMENTS IN CONTRACT TIME 1. Final Completion Date of Original Contract November 15, 1993 2. Net change due to this Change Order . . . . . . . . . . . . . . . . . . . . 0 Days 3. Final Completion Date including this Change Order No. J. . . . . . . . . . November 15, 1993 Change Order City of Fayetteville Sanitary Sewer Improvements 2 L SHEET_OF 3 CHANGE ORDER NO. IV. ADJUSTMENTS IN AMOUNT OF CONTRACT: 1. Amount of Original Contract $ 1.759.561.00 2. (Addition)(Reduction) to Contract due to this Change order $ 0.00 3. Amount of Contract including this Change Order $ 1,759,561.00 RECOMMENDED FORp�""�� ACCEPTANCE: /.�t�q[, %» /[GGIo ( 6- fl - 93 (For RJN v ronmental Associates, Inc.) Date ACCEPTED: CONTRACTOR: 23 e,J 50,✓ L?s J s/o . Ye • INe ay = 04.,,co Mate a - �..b 4-S( / P3) Signature of IuthorizedRepre�etative Dat ( 1u_ II., I9`13 ) Date 3 Change Order City of Fayetteville Sanitary Sewer Improvements ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND We Benson Construction Co., Inc. Firemen's Insurance Company as Principal, hereinafter called Principal, and of Newark, NJ a corporation organized and existing under the laws of the State of New Jersey and authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas as bli eb here &nafter called Owner, in the amount of One Million Seven Hundred undo edi�3xTtyh°�nenanFdl`o/1o0 Dollars ($ 1,759,561.00 ) , for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated entered into a contract with Owner for Sanitary Sewer Main Replacement and Rehabilitation Illinois River Watershed Basin 10 and Basin 11 which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITIONS 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. 1 Performance Bond City of Fayetteville 1 1 In no event shall the aggregate liability of the Surety exceed the sum set out herein. Executed on this day of Arkansas RRsident Agent Donald R. Henderson P. 0. Box 511 Little Rock, AR 72203-0511 . 1993. Benson Construction Co., Inc. Principal By ThO2' Firemen s Insurance o an o ewark, NJ ret By h� Attorney -in -fact Donald R. Henderson Performance Bond 2 City of Fayetteville __ Firemen's Insurance Company of Newark, New jersey 180 Maiden Lane, New York, New York 10038 GENERAL POWER OF ATTORNEY Know all men by these Presents, That the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY hi► etude, Cunstilvled and aopoimed, and by these presents don make, constltule and appoint Donald R.' Henderson of tittle Rork its true and kawivl attorney, lot It and In in name, place, and stead la execute on behalf of the said Company, as surely, bond►, undrnakmps and conlnns of suretyship to be given to All 0bligese provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of riva Million ($5,000,000.) Dollars This Powero(Mlorney Is granted and Is signed and sealed by facsimile under end by the authority of the following Resolution adopted by the board of Dtredors of the FIREMEN'S INSURANCE COMPANY OF NEWARK, N1W JERSEY al a mewing duly called and held on the 20th day of Febrviry, 197$; "RESOLVED. Ih►t 1M Chamrwn lilt,. Maid, the Vice Chaenytn of the bard. the Prnbhnt in taetulwe Vet ht.Wetx or a S►nta Vice hsldent a e lice PteeWmt of the ComgMy,M,std that each aaMeIth, hergWM n, ewth,;tedwneeute Pfisev! fAR.,_ycuaktpna1Menttnr, A1mNik11M t,wr Pttwna)Anamoytonaeurcto bowliof the FIRLMIN'f INSURANCE COMPANY OF NEWARK, N(W IFIKEY, 6erdt, w/eMalmp had dl Raxtans Of WnMhipl and that an A1n14n1 vice hnWent a SecrtUN pan Natant sociality be, and IMP oath a any of Inem netsby k, au111onaS to stint 1M 1YKut,OA d any cash town of Ahomey, and to stitch thereto Ike Mal S the Gronpany, FURTMER RLSOLVEp,1St the tionalulM of Much often orM the will d the Company may be atbxod to mv,wch Ptwn of AIMMy tr to any teM11,t•tt ttlahna iMelo yy 1xllnde, and any ruck PowrPAhomey orcMltka rlrwrrttr� With aWS, Manawrnerfecwmertanhal be vehd still SIft(Vpon INCornp rwwhen to sainted and M thetutule w41h res fl to any bond, uriawAll tit a tMvap of M,rrn& to Which R h aeathed'' In WhnesF Whereof, the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY he csused Its official sell to be hereunto affixed, and these presents to be signed by one of Its Vice Presidents and attested by one of ht Assistant Vice Presidents this lot day of May, 196$, Mat; Robert W. Adler, Sr, Nabtf l Vttt hestdent SLATE OF NEW YORK COUNTY OF NEW YORK w FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY By _ , )'u u 1 AutbtN 1. aeerrtaan, Yxy has,denl On this lot dey of May, 989, before me penanatly came Mlchaal 1, Bearnaan, to me known, who bein` by me duly swworn, did depose and pay that he Is a Vice President of the FIREMEN'S INSURANCE COMPANY OF NEWARK, Nt W JERSEY, the corpanlian dele+ibed mind which executed the above Instrument; that he knows the seal of the said corporation; that the sal affixed to the said inurumam Is such corporate seal; that It was so affixed by order of the Board of Dlretaon of aid corporation and that he signed his name thereto by like order. C$1itAll O!t ARE TARANtq W1e NOTARYKIa�t�, or Maw Yak No. sa 60111 Owt in 1r ti4uMy t eramb�ett 1Ktaws a+.dt , ttlx CUTIPICATE h the undersigned. an Assistant V ew President of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, a Now Jrriey corporation, DO HEREBY CERTIFY that the foropoing and ,noshed Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolullon of the board of Dlnctors, pet forth In the said Power of Attomry, is now In force. Signed and soled at the City of Now Yak, In the State of New York Dated the day of ,19 , m9rL NW4M VKI AtNidMt 21 aON0431SK • ACORD CERTIFICATE OF INSURANCE CSR RA IB6UE DATE/12/93 Y 05/12/93 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE Keith D. Peterson 8 Co., Inc. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE P.O. Box 1758 POLICIES BELOW. Shreveport, LA 71166-1758 COMPANIES AFFORDING COVERAGE Fred Dudek (SM) 318-221-0547 COMPANY LEITER A North American Specialty Ins. COMPANY INSURED LEITER Benson Construction Co., Inc. COMPANY C P.O. Box 180 LETTER Princeton, LA 71067-0180 COMPANY D LE(TER COMPANY LEFT ER COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE(MM/DDNY) DATE(MMMDNY) GENERAL LIABILITY GENERAL AGGREGATE $ 2,000,000 A X COMMERCIAL GENERALLIABIIITY 31002CA0009700 12/23/92 12/23/93 PRODUCTSCOMP/OPAGO. $ 1,000,000 CLAMSMADE X OCCUR. PERSONAL&ADV. INJURY $ 1,000,000 OWNER'S & CONTRACTOR's PROT. EACH OCCURRENCE F 1 ,000,000 FIRE DAMAGE (A V O. rim) f 50,000 MOD. EXPENSE(AM P.W F 5,000 AUTOMOBILE LIABILITY COMBINED SINGLE s 1,000,000 A X ANY AUTO 31002CA0009700 12/23/92 12/23/93 LIMIT ALL OWNED AUTOS BODILYINJURY $ SCHEDULED AUTOS (Per Perne HIRED AUTOS BODILY INJURY $ NON.OWNED AUTOS (Per aaidcdl GARAGE LIABILITY PROPERTY DAMAGE F EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION STATUTORY LMITS AND EACH ACCIDENT $ DISEASE —POLICY LIMIT $ EMPLOYERS' LIABILITY DISEASE —EACH EMPLOYEE $ OTHER DESCRIPTION OF OPERATIONIULOCATIONBNEHICLEBBPBCIAL ITEMS CERTFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE City of Fayetteville LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. Fayetteville AR AUTHORIZED REPRESENTATIVE f Fred Dudek (SM) r%' I ACORD 25-S (7/90) ACORD CORPORATION 1990 T!1T; 1$c .ay + li f l6 r ar I,. •> Sr aek 'rJF. x 1 k Yt � rW h5p 3 . tl Pn 4 /1'14V I ♦ Y „ "1 / a y 4 bSXae • •�; • 't i q ] ' flr }♦Ile i r QQ a +♦ Y• V J 'ry 'G J I I• 1 Z I a F. i - fl♦ .- f�+Yn i\ ; t Its ., r k" •. 1 a lk� -iY \ Y4• r• - !). •` Y ♦ 4 5 ', k T '+^ s 1 rgEx ^ + • , y-S�Y-c.. - ! 1�e Y a - vl .e - `.i' y. • yi♦ iF`\t7 � ♦(♦ne • f, c a e t k' ni^t k r a ♦.Vv S' 3 < IV '}?J��e(W i♦ xr 4 N e f 1 ♦ c r Y 6Tj S _ \ ...r a♦ • 4 a. Ytr j�1' i.nl t r a Sf 1 . e cv •i♦a.Q xlv • .l S� f\-1♦ ♦ •)'AkrQ r r 1 t.. Sa 1 e v ,YU t qp 4` a a�]T '( . M%K` : r ♦ > ,�. q v " y ^'` ''Y ffir je PG— < Y IP h / _ + +r 1 RY L-'r+i J �M 1.2�� }M1 9 4 • })rr '\ < > fit [ : i Y - N_(< v `P' Y 1 v l h • . r v / �':b S -Y1 ^•1',16 2` - 4 +•.4. I I LR. isY 9 .Sxrti ri F a kY"`r41. . 1 . a r ••+ �.. k ♦7 I wP ♦ .'S t ;y S r �R'1# Tom`° 1 1 aY51 :, { 'Y� ?rlh/ ( + + y e_" q i .'..' i.l, Y@1 I e f.., .ri' Ye M -✓If- / sli . n y Rf Ja4*r`il u, V +4 '` l J &R S 5 n( a f'eY Z Y- f v `>y -a x YaL \�'. +F' eseuY� ti♦��♦ itfF�^• - ^•�'r. Y • •• :. I •. I - • 7 • I • • • I I: I CONTRACT DOCUMENTS SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION ILLINOIS RIVER WATERSHED BASIN 10 AND BASIN 11 CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS RJN ENVIRONMENTAL ASSOCIATES, INC• CONSULTING ENGINEERS DALLAS, TEXAS IN ASSOCIATION WITH MCCLEL A1ND CONSULTING ENGINEERS, INC. FAYETTEVILLE, ARKANSAS MARCH, 1993 ♦�S� Y1t ry ..�•.. 1. �M 1 1 1 1 I 1 1 1 i 1 1 1 1 I TABLE OF CONTENTS 1 L. Irf I r4 JI .y t t; • t- . • it . • 4.: -r- 1 t+•;.Ii •1. I: BIDDING DOCUMENTS SECTION A I CITY OF FAYETTEVILLE INVITATION TO BID SANITARY SEWER MAIN REPLACEMENT AND ILLINOIS RIVER WATERSHED REHABILITATION BASIN 10 AND BASIN 11 RECEIPT OF BIDS I Separate sealed bids for Sanitary Sewer Main Replacement and Illinois River Watershed Rehabilitation, Basin 10 and Basin 11 in Fayetteville, Arkansas are invited and will be received at the office of the Purchasing Officer located at 113 W. Mountain, Fayetteville, Arkansas, 72701 on or before, but no later than 2:00 PM, Local Time, on Wednesday, April 28, 1993 and immediately thereafter or as soon thereafter as is practicable all bids received will be publicly opened and the bid prices read aloud. 1 The proposed work consists of the construction of approximately 4,009 linear feet of 15 -inch through 18 -inch diameter relief sewer, construction of approximately 9,423 linear feet of 8 -inch diameter sewer, 95 linear feet of 10 -inch sewer, and 747 linear ' feet of 12 -inch sewer, lining of approximately 2,500 linear feet of 6 -inch and 8 -inch sewer, and rehabilitation of sanitary sewers and manholes. The rehabilitation work includes replacement of 1 205 manhole covers and frames, replacement of approximately 200 vertical feet of manhole frame and grade adjustments, sealing of 210 manhole frames and grade adjustments, and sanitary sewer line ' point repairs. Sealed envelopes or packages containing bids shall be marked or endorsed "Sanitary Sewer Main Replacement and Rehabilitation, ' Illinois River watershed, Basin 10 and Basin 11 in Fayetteville, Arkansas." 1 Copies of the Contract Documents are on file and are available for inspection at the offices of RJN Environmental Associates, I Inc., 530 N. College Avenue Bldg. t, and McClelland Consulting Engineers, Inc. 1810 N. College Avenue, Fayetteville, Arkansas. IA pre -bid meeting shall be held at 113 W. Mountain, Fayetteville, Arkansas, on April 19, 1993 at 1:30 p.m. Said Contract Documents are by this reference incorporated into and made a part of this Invitation to Bid and should be consulted for full particulars. I 1 Invitation to Bid City of Fayetteville Sanitary Sewer Improvements I Copies of the Contract Documents required for review or bidding purposes may be obtained only from the Office of McClelland Consulting Engineers, Inc., 1810 N. College Avenue, Fayetteville, Arkansas, upon payment to McClelland Consulting Engineers, Inc., , 1810 N. College, Fayetteville, Arkansas, of $70.00 in check or money order for each set of documents obtained. The Contract Document fee is non-refundable. BID SECURITY ' Each bid shall be accompanied by a certified check or a cashier's check or bid bond payable to the order of the city of Fayetteville, Arkansas in an amount not less than five percent of the bid as a guarantee that the bidder will, within ten (10) days after the date of the award of contract, execute an agreement and file bonds and insurance as required by the Contract Documents if his bid is accepted. RIGHT TO REJECT BIDS , The Owner reserves the right to reject all bids for failure to comply with all requirements of this notice or any of the Contract Documents; however, the Owner may waive any minor defects or informalities at its discretion. The Owner reserves the right to defer the acceptance of any bid and the execution of a contract for a period not exceeding ninety (90) days after the date of opening of bids. Extension of time beyond the ninety (90) day period after the date of opening of bids may be made only by mutual agreement between the Owner, the successful bidder and the Surety for the successful bidder. AWARD OF CONTRACT ' Unless all bids are rejected the contract award will be made to the lowest, responsible, responsive Bidder. In determining who is the lowest responsive, responsible bidder, the Owner will consider all relevant factors which the Owner may consider in determining who is the lowest responsive, responsible bidder. Any bid may be modified or withdrawn prior to the above scheduled time for the opening of bids. No bidder may withdraw a bid within 90 days after the actual date of the opening thereof. I The successful bidder shall furnish a performance bond, labor and material bond, and a maintenance bond each for one hundred (100%) percent of the Contract amount and shall file certificates with the Owner that he has obtained and will continue to carry Workmen's Compensation Insurance, Owner's and Engineer's Protective Insurance, public and private liability and property damage insurance in adequate amount and for the life of the Contract. Invitation to Bid 2 City of Fayetteville Sanitary Sewer Improvements ' All questions or correspondence concerning the plans and specifications shall be directed to the Engineer, RJN Environmental Associates, Inc., 530 N. College Avenue Bldg. E, Fayetteville, Arkansas 72701, phone no. (501) 444-6119. City of Fayetteville, Arkansas I Peggy Bates Purchasing Officer Publication: , 19_ •P. O. # I 1 I 1 1 I I I 3 Invitation to Bid City of Fayetteville Sanitary Sewer Improvements I TABLE OF CONTENTS FOR INSTRUCTIONS TO BIDDERS SUBJECT PAGE A EXAMINATION OF SITE 1 B EASEMENTS . . . 1 C EXAMINATION OF BIDDING DOCUMENTS . . . . . . . . 1 D INTERPRETATION OF CONTRACT DOCUNfl(TS . . . . . . 1 E MATERIAL SUBSTITUTION 2 F APPROXIMATE QUANTITIES 2 G PREPARATION OF BID 2 H SIGNING OF BID 3 I BID SECURITY 3 J RETURN OF BID SECURITIES 3 K AGREEMENT, BONDS, INSURANCE. . . . . . . . . . . 3 L DESIGNATION OF . . . a . . . . . 3 N BID SUBMITTAL . . . . . . . . . . . . a . . . a 4 N WITHDRAWAL OF BID . . . . . . . . . . . . . a . 4 0 QUALIFICATION OF BIDDERS . . . . . . . . . . . . 4 P DISQUALIFICATION OF BIDDERS . . . . . . . . . . 5 Q PENALTY FOR COLLUSION a..... . . . . •. a. . . . 5 1 R LICENSE . a . . a . . . . . . . . . . . a . . . 5 S PRECONSTRUCTION CONFERENCE . . . . . . . . . . . 6 TBID OPENING a a a . . . . . . . . . . . a . . . 6 1 U AWARD OF CONTRACT . . . . . . . . . . . . . . . 6 V EFFECTIVE DATE OF AWARD . . . . . . . . . . . . 7 W EXECUTION OF AGREEMENT . . . . . . . . . . . . . 7 X FAILURE TO EXECUTE AGREEMENT AND FILE BONDS AND INSURANCE. . . a . . . . . . . . . . . . 7 Y PAYMENT FOR EXCESS COSTS AND LIQUIDATED DAMAGES 8 Z COMQIENCENEIIT AND COMPLETION OF WORK . . . . . . 8 AA INFORMATION NOT GUARAN'PrEp . . . . . . . . . . . 8 BB COVENANT AGAINST CONTINGENT FEES .•. . . . . . . 9 CCGRATUITIES . . . . . . . . . . . . . . . . . . . 9 DD SUBCONTRACTS UNDER CONSTRUCTION CONTRACTS. . . . 10 I I I Li I INSTRUCTIONS TO BIDDERS R. Examination of Site Before submitting his Bid, each prospective Bidder shall familiarize himself with the work, the site where the Work is to be performed, local labor conditions and all laws, regulations, and other factors affecting performance of the Work. Be shall carefully correlate his observations with the requirements of the Contract Documents and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will constitute a representation of compliance by the Bidder. There will be no subsequent financial adjustment for lack of familiarization. B. Easements ' Portions of the improvements under this project may involve 1 construction on private property for which easements have been secured by the Owner. Work performed on, or use of such easements, shall be subject to the provisions of the easement agreements on file and open to inspection in the office of the Owner. C. Examination of Biddina Documents Each Bidder by making his Bid represents that he has read and understands the Bidding Documents. The Bidder shall include in his bid prices any and all costs that may be necessary to complete the work in accordance with the requirements of the Contract Documents. D. Interpretation of Contract Documents Questions regarding documents, discrepancies, omissions, or intent of the Specifications or drawings shall be submitted in writing to the Owner through the Engineer, at least ten days prior to opening of bids to provide time for issuing and forwarding an addendum. Any interpretation of the Contract Documents will be made only by addendum duly issued or delivered by the owner to each person receiving a set of documents. The Owner will not be responsible for any other explanations or interpretations of the Contract Documents. 1 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements I I I I I C I U I I I L1 J L I I Each Bidder shall base his Bid upon the materials and equipment as described in the Bidding Documents. The successful Contractor will not be allowed to make any substitutions on his own initiative, but in each instance will be required to obtain authorization from the Owner before installing any work in variance with requirements of the Contract Documents. On all items on which Bids are to be received on a unit price basis the quantities stated in the Bid will not be used in establishing final payment due the Contractor. The quantities stated, on which unit prices are invited, are approximate only. Bids will be compared on the basis of number of units stated in the Bidding Schedule. Payment on the Contract on unit price items will be based on the actual number of units installed in tM completed work. Only bids which are made out on the Bid Form included in this document will be considered. The Bid Form must not be separated from this document. Amounts are to be shown in both words and figures where indicated. In case of discrepancy between words and figures the words shall prevail, unless it clearly appears in owner's opinion that the words rather than the figures are in error. If any portion of the Bid is required to be given in unit prices and totals and a discrepancy exists between the unit price totals, the unit prices shall prevail, unless it clearly appears in owner's opinion that the unit prices rather than the total are in error. If a discrepancy exists between the total base Bid and the true sum of the individual Bid items, the true sum shall prevail. A Bid will be rejected if it does not contain a price for each and every item named in the bidding schedule. Bidders are warned against making any erasures or alterations of any kind, and Bids which contain omissions, erasures, conditions, alterations, or additions not called for may be rejected. If a deficiently prepared bid is not rejected, the Owner may demand correction of any deficiency and award the contract to the bidder upon satisfactory compliance with the Instructions. Instructions to Bidders City of Faytteville sanitary sewer Improvements 2 I H. Signing of Bid I If the Bidder is a corporation, the legal name of the corporation shall be set forth together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation. If Bidder is a co -partnership, the true name of the firm shall be set forth together with the signatures of all the partners. If Bidder is an individual, his signature shall be inscribed. If signature is by an agent, other than an officer of a corporation or a member of a partnership, a power of attorney must be on file with the Owner prior to opening Bids or submitting Bids; otherwise, the Bid may be regarded as irregular. I I. Bid Security No Bid will be considered unless accompanied by a Bid security as defined in the Invitation to Bid, as a guarantee that if the Bid is accepted the Bidder will execute the Agreement and file bonds and insurance as required by the Contract Documents within 10 days from the date of the award of the Contract. For the bid bond to be acceptable, the name of the surety company issuing said bond shall be licensed to do business in the State of Arkansas and shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of the bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. J. Return of Bid Securities The security of the two lowest Bidders will be returned after the execution of the agreement with the successful Bidder and the approval of his bonds and insurance. The security of all other Bidders will be returned promptly after the Bids have been opened and reviewed by the Owner. If all Bids are rejected the securities will be returned at the time of rejection. K. Agreement, Bonds, Insurance I The attention of Bidders is specifically directed to the forms of agreement and bonds to be executed and types of insurance to be taken out in the event a contract award is made. 3 Instructions to Bidders City of Fayetteville , Sanitary Sewer Improvements I ' L. Designation of Subcontractors ' Each bidder shall list on the form included in these documents the names and addresses of all subcontractors who will perform work or labor or render service to the Bidder on or about the construction site in an amount in excess of ' five percent of the Bidder's total bass Bid. Each Bidder shall show on the form the portion of the work to be done by each subcontractor. The Contractor shall be required to perform a minimum of ten (10) percent of the contract amount with his own crews. M. Bid Submittal I1. Each Bid, properly signed, together with the Bid security and all documents bound herewith, shall be enclosed in a sealed envelope addressed and entitled as ' specified in the Invitation to Bid and delivered to the office designated in the Invitation to Bid. 2. Each Bidder shall submit with his Bid one copy of Volume ' I of the Contract Documents with all Addendum and the "Subcontractors" form contained in this document. IN. Withdrawal of Bid Any Bid may be withdrawn at any time prior to the hour fixed in the Invitation to Bid for the opening of Bids, provided that a request in writing, executed by the Bidder, or his duly authorized representative, for the withdrawal of such Bid is filed with the owner prior to the time specified for opening of Bids. The withdrawal of a Bid will not prejudice ' the right of a Bidder to file a now Bid. O. Qualification of Bidders i. It is the intention of the Owner to award a Contract only to a Bidder who furnishes satisfactory evidence that be has the requisite experience and ability and that he has sufficient capital, facilities, and plant to I enable bin to prosecute the work successfully and promptly, and to complete the work within the time specified in the Contract Documents. I 2. Each Bidder shall submit with his Bid the executed Bidder's "Statement of Experience" form and "Statement of Commitment" form contained in this document. Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 4 I 3. The Owner reserves the right to require the three lowest Bidders to file proof within seven (7) calendar days of the Bid opening of their ability to finance and execute the project. This proof shall include, but not be limited to, a financial statement certified by a CPA for the last three years, a list of equipment owned by Bidder, a backlog of jobs under contract and amounts, and a record of successful completion of similar ' projects. 4. 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. 5. The prospective bidders must meet the statutorily 1 prescribed requirements before Award of Contract by the Owner. 6. 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. P. Disqualification of Bidders More than one Bid for the same work described in this document from an individual, firm or partnership, a corporation or an association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one Bid for the work contemplated will cause the rejection of all Bids in which such Bidder is interested. If there is reasonable grounds for believing that collusion exists among the Bidders, the Bids of the participants in such collusion ' will not be considered. El If at any time it shall be found that the person, firm, or corporation to whom the contract has been awarded has, in presenting any Bid or Bids, colluded with any other party or parties, then the Contract so awarded shall be null and void, and the contractor and his sureties shall be liable to the Owner for all loss or damage which the Owner may suffer thereby, and the Owner may advertise for new Bids for said work. , 5 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements ' LI ' R. License Each Bidder shall possess state and local licenses as are required by law, and shall furnish satisfactory proof to the Owner upon request that the licenses are in effect during the entire period of the Contract. S. Preconstruction Conference A preconstruction conference shall be held after the time of the Contract award and before the Notice to Proceed to discuss the responsibility of each party in the project and to clarify any questions. Representatives of the Contractor shall be required to attend the conference. ' T. Bid Opening Bids will be opened and the prices bid will be read aloud publicly at the time and place indicated in the Invitation to Bid. Bidders or their agents are invited to be present. IU. Award of Contract ' i. The Owner shall award a contract to the Bidder whom, in the Owner's judgement, is the lowest responsive, responsible Bidder. The Owner reserves the right to reject all Bids, to waive informalities, and to reject nonconforming, nonresponsive, or conditional Bids. 2. In evaluating Bids, owner shall consider the ' qualifications of the Bidders whether or not the Bids comply with the prescribed requirements, and alternatives and unit prices if requested in the Bid 1 Form. owner may consider the qualifications and experience of subcontractors and other persons and organisations (including those who are to furnish the principal items of material or equipment), and may reject the Bid of any Bidder who does not pass any such evaluation to Owner's satisfaction. 1 3. A responsive Bidder shall be one who has responded accurately to all requirements of these Contract Documents and the preparation and submission of his Bid. ' If any alterations, erasures or changes are made to the printed Bid Fors, the Bid shall be considered nonresponsive. I Instructions to Bidders ' City of Fayetteville Sanitary Sewer Improvements 6 I 4. The Owner reserves the right to accept and incorporate 1 corrections, clarifications or modifications following bid opening when to do so would not, in the Owner's opinion, prejudice the bidding process or create any improper advantage to any bidder; and to waive irregularities and informalities in any proposal submitted or in the bidding process; provided, however, that the waiver of any prior defect or informality shall not be considered a waiver of any future or similar defects or informalities and bidders should not rely upon, or anticipate, such waivers in submitting their proposals. 5. If the Contract is awarded, Owner shall give the ' apparent successful Bidder a Notice of Award within 90 days after date of the Bid Opening. V. nf Awprd If a Contract is awarded by the Owner, such award shall be effective when tonal notice of such award, signed by the authorized representative of the Owner, has been delivered to the intended awardee, by some officer or agent of the Owner duly authorized to give such notice or received by mail at the main business address shown on his Bid. , W. Execution of Agreement I Copies of the Agreement in the number stated in the form of Agreement, shall be executed by the successful Bidder, and returned, together with the required bonds and insurance, within ten days from and after the date of the award of the Contract. Effective date of bonds shall be the same or later than the date of the Agreement. The Owner has ten days from receipt of acceptable performance bonds and Agreement (signed by the Contractor) to sign the Agreement and return to the Contractor an executed duplicate of the Agreement. X. £ailhazQ_tExecute Agreement and File Bonds and Insurance ' Failure of a successful Bidder to execute the Agreement and file required bonds and insurance within the required time shall be just cause for the annulment of the awards. On failure of a successful Bidder to execute the Agreement and 7 Instructions to Bidders City of Fayetteville Sanitary sewer Improvesents I file the required bonds and insurance within the required time, he shall forfeit his Bid security as agreed hereinbefore. Upon annulment of an award as aforesaid, the Owner may then award a Contract to the next lowest responsible Bidder. I Y. The successful Contractor will be required to pay for excess cost of field engineering and inspection and liquidated damages as defined in the General Conditions of the Contract, if extensions of time are granted by Owner because of avoidable delays as defined in the General Conditions of the Contract. Z. Commencement and Completion of Work The Notice to Proceed shall be issued within ten days of the execution of the Agreement by the owner. The successful Bidder shall commence work within ten calendar days from and after the issuance by the owner of a written Notice to Proceed, shall substantially complete all ' work in accordance with the terms and conditions of the Contract Documents no later than October 15, 1993, and shall complete all work in accordance with the terms and conditions of the Contract Documents no later than November 15, 1993. The Notice to Proceed will be issued after receipt of acceptable insurance, bonds, and other required items. AA. Information Not Guaranteed ' i. All information given on the Drawings or in the other 1 Contract Documents relating to subsurface and other conditions, natural phenomena, existing pipes, and other structures is from the best sources at present available to the Owner. All such information is furnished only ' for the information and convenience of bidders and is not guaranteed. 2. It is agreed and understood that the Owner does not warrant or guarantee that the subsurface or other conditions, natural phenomena, existing pipes or other structures encountered during construction will be the same as those indicated on the Drawings or in the other Contract Documents. I instructions to Bidders City of Fayetteville Sanitary -Sewer Improvements 8 I It is agreed further and understood that no bidders or contractor shall use or be entitled to use any of the information made available to him or obtained in any examination made by him in any manner as a basis of or ground for any claim or demand against the Owner or the Engineer, arising from or by reason of any variance which may exist between the information made available and the actual subsurface or other conditions, natural phenomena, existing pipes or other structures actually encountered during the construction work, except as may otherwise be expressly provided for in the Contract Documents. The contractor warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee. For breach or violation of this warranty the owner shall have the right to annul this contract without liability or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. cc. L€s I 1. The owner may, by written notice to the contractor, terminate the right of the contractor to proceed under this contract if it is found, after notice and hearing, by the owner that gratuities (in the form of entertainment, gifts, or otherwise) were offered or given by the contractor or any agent or representative of contractor, to any official or employee of the Owner I with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending, or the making of any determinations with respect to the performance of this contract: Provided, that if the existence of the facts upon which the Owner makes such findings are in issue, they may be reviewed in proceedings pursuant to Article 30 (Arbitration) of the General Conditions of this contract. 2. In the event this contract is terminated as provided in the paragraph (1) above, the owner shall be entitled: a) to pursue the same remedies against the contractor as it could pursue in the event of a breach of the contract by the contractor, and 1 9 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements I ' b) as a penalty in addition to any other damages to which it may be entitled by law, to exemplary damages in an amount (as determined by the Owner) which shall be not less than three nor more than ten times the costs incurred by the contractor of providing any such gratuities to any such officer ' or employee. 3. The rights and remedies of the owner provided in this clause shall not be exclusive and are in additions to ' any rights and remedies provided by law or under this contract. DD. Subcontracts Under Construction Contracts The award or execution of all subcontracts by a prime contractor and the procurement and negotiation procedures used by such prime contractor in awarding or executing such ' subcontracts shall comply with: 1. All provisions of State and local law; 2. All provisions of these General Conditions with respect to fraud and other unlawful or corrupt practices; and ' 3. All provisions of these General Conditions with respect to access to facilities and records and audit of records. END OF INSTRUCTIONS TO BIDDERS SECTION I I I 1:. I instructions to Bidders ' City of Fayetteville Sanitary Sever Improvements 10 I I I I I I I I I I I I I I I I CITY OF FAYETTEVILLE, AR 1 SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION ILLINOIS RIVER WATERSHED BASIN 10 AND BASIN 11 Name of Bidder Business Address P.O. Box 180 Princeton. Louisiana 71067 Date 4-28-1993 To: The City of Fayetteville, AR The undersigned, as Bidder, declares that the only person or parties interested in this Bid as principals are those named herein; that this Bid is made without collusion with any person, firm or corporation; that he has carefully examined the location of the proposed work, the proposed forms of Agreement and Bonds, and the Contract Drawings and Specifications for the above designated work, all other documents referred to or mentioned in the Contract Documents, the Contract Drawings and Specifications, including Addenda Nos. , , , and issued thereto; and he proposes and agrees f�this sTd accepted that he will contract with the city of Fayetteville, AR, in the form of the copy of the Agreement included in these Contract Documents, to provide all necessary machinery, tools, apparatus, and other means of construction, including utility and transportation services necessary to do all the work and furnish all materials and equipment specified or referred to in the Contract Documents, in the manner and time therein prescribed and according to the requirements of the City of Fayetteville, AR as therein set forth to furnish the Contractor's Bonds and Insurance, and to do all other things required of the Contractor by the Contract Documents, and that he will take in full payment therefor the sums set forth in the following Bid Schedule. Bidder agrees to perform all the work described in the Contract Document for the following unit prices. Note: Bids shall include sales tax and all other applicable taxes. 1 City of Sanitary Sewer Bid Fayetteville Improvements I CI I I H H I The undersigned has carefully checked the above bidding schedule ' against the Contract Drawings, Specifications, and other Contract Documents before preparing this Bid and accepts the said quantities to be substantially correct, both as to classification ' and amount, and as correctly listing the complete work to be done in accordance with the Contract Drawings, specifications, and other Contract Documents. II. It is expressly understood and agreed that the Bid is the basis for establishing the amount of on this Bid for Sanitary Sewer Main Replacement Rehabilitation, Illinois River Watershed, Basin for the city of Fayetteville, AR, and that this to be construed to be a Lump Sum Bid. preceding total the Bid security and 10 and Basin 11 total Bid is not It is further understood that quantities in the bidding schedule for unit price items are approximate only, and that payment of a contract will be made only on the actual quantities of work completed in place, measured on the basis defined in the General Conditions, Specifications, or other Contract Documents. There shall be no measurement or separate payment for any items not listed and all costs pertaining thereto shall be included in the unit prices for other items listed in the Proposal. n If this Bid is accepted and the undersigned shall fail to contract as aforesaid and to give the Performance Bond, Labor and Material Bond, and Maintenance Bond required by the Conditions of Contract or by law, and to provide all insurance as required by the Contract Documents within ten (10) days after the date of the notice of award of the Contract, the Owner may, at his option, determine that the Bidder has abandoned his Contract, and thereupon this proposal and the acceptance thereof shall be null and void, and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the Owner as liquidated damages. The undersigned agrees to fully complete all work covered by this Bid to the point of substantial completion no later than October 15, 1993. The undersigned further agrees to fully complete all work covered by this Bid to the point of final acceptance by the Owner no later than November 15, 1993. If the undersigned fails to complete the work within the contract time, or extension of time granted by the Owner for unavoidable delays, then the undersigned shall pay to the Owner liquidated damages for each calendar day beyond the day stipulated in the Contract Documents. 2 Bid City of Fayetteville Sanitary Sewer Improvements I ' By submission of this Bid, the undersigned certifies, and in the case of a joint bid, each party thereto certifies as to his own organization, that in connection with the proposal: A. The prices in the proposal have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition, as to ' any matter relating to such prices with any other bidder or with any competitor; ' B. Unless otherwise required by law, the prices which have been quoted in the bid have not knowingly been disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; and, C. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not submit a bid for the purpose of restricting competition. D. Be is the person in the Bidder's organization responsible ' within that organization for the decision as to the prices being bid and shall also certify that he has not participated, and will not participate in any action contrary to Paragraphs A through C above. B. He is not the person in the Bidder's organization responsible within that organization for the decision as to ' the prices being bid but that he has been authorized to act as agent for the persons responsible for such decision in certifying that such persons have not participated, and will ' not participate, in any action contrary to Paragraphs A through C above, and as their agent shall so certify; and shall also certify that he has not participated, and will not participate in any action contrary to Paragraphs A 'through C above. I I I I City of Sanitary Sewer Bid Fayetteville Improvements II ' PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS ncicE BID (Furnish and install, including all appurtenant work, complete in place, the following items:) 1A1 205 EA Replace Manhole Frame and Cover 11 I per Section D2-2 (material only) Two Hundred Fifty Three Dollars i No Cents per $a $ 253.00 $51.665.00 125 EA Paved Frame i Grade Adjustment Sealing per Section D2-4 Six Hundred Eleven Dollars i No Cents per $a $ 611.00 $76.375.00 as EA Nonpaved Frame & Grade Adjustment Sealing per Section D2-4 Four Hundred Sixty Dollars i No Cents per $a $ 460.00 $39.100.00 200 VF Manhole Grade Adjustments per Section D2-3 (material only) Two Dollars & No Cents per fl 10 EA Replace Manhole Flattop Three Hundred Fifty Dollars i No Cents per $a �' _ 1 4 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 1A6 20 VF Pressure Grout Manhole 1 per Section D2-7 Eiahty Dollars & No Cents per YF $ 80.00 $ 1.600.00 1A7 10 VF Interior Manhole Coating per Section D2-8 One Hundred Thirty Eight Dollars i ' No Cents per YE $ 138,00 $ 1.380.00 IA8 5 EA Pressure Grout Pipe Seals and lower 18" of manhole per Section D2-7 Three Hundred Thirty Dollars i 1 No Cents per £& $ 330.00 $ 1.650.00 119 11 EA Complete Standard Manhole Replacement 48" diameter per Section D2-5 One Thousand Nine Hundred Fifty Dollars & No Cents per y8 $1.950.00 $2l.450.00 1A10 5 EA Complete Shallow Manhole Replacement per Section D2-5 One Thousand Nine Hundred Dollars i No Cents per ya $1.900.00 $9,500.00 Li 5 ' I PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IM WORDS PRICE BID 1A11 10 VF Partial Manhole Replaasment ' per Section D2-5 Three Hundred Eighty Five Dollars i No Cents per fl $ 385.00 $3,850.00 1Al2 4 EA Replace Manhole Bench and Trough ' per Section D2-6 Seven Hundred ' Ninety Dollars & No Cents per $a $ 790.00 $ 3,160.00 SUBTOTAL MANHOLE REHABILITATION $ 213,830.00 Two Hundred Thirteen Thousand Eiaht ' Hundred Thirty Dollars and No Cents (in writing) I 1 1 1 1 6 1OB. NO./ PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 1001 1 LS Point Repair (Sh. 21) Sewer Lateral Two Thousand Four Hundred Fifty Dollars & No Cents per $2.450.00 $2.450.00 1002 1 LS Point Repair (Sh. 21) 30 LF of 8 in. Sewer Four Thousand Three Hun red Dollars & No Cents per La 1003 1 LS Point Repair (Sh. 21) 55 LF of 8 in. Sewer Five Thousand Four Dollars i No Cents per L2 1004 1 LS Point Repair (Sh. 21) 30 LF of 8 in. Sewer Four Thousand One Hundred Ninety Dollars & No Cents per I& FJ.w'bz�' 7 '• DESCRIPTIONOF DI •1 • 1 11 . • .. 1 Dollars 1 1 1 1 'I 1 1006 1 1 1 1007 1 1 ' 1008 1 1 ' 1009 aI I I 1 LS Point Repair (Sh. 21) 10 LF of 6 in. Sewer Two Thousand Five Hundred Fifty Dollars & No Cents per LS a. 1 • t Dollars 1• . •- 1 LS Point Repair (Sh. 21) 25 LF of 6 in. Sewer Two Tho saS Sight Hundred Fifty Dollars & No Cents per j,E 1 1 1 1 1 1 1 1 1 :1. ..l . . .• -1 1 1 11 1 1 11 I 8 JOB. NO./ PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 1010 1 LS Point Repair (Sh. 22) 65 LF of 10 in. Sewer Four Thousand Four Hundred Dollars i no Cents per Lg $4.400.00 $4.400.00 1011 1 LS Point Repair (Sh. 22) 25 LF of 10 in. Sewer Three Fifteen Thousand Three Dollars i Hundred No Cents per LE $3.315.00 $3.315.00 1012 1 LS Point Repair (Sh. 22) 15 LF of 10 in. Sewer Three Hundred Thousand Two Dollars i Na Cents per L& $1.20Q.00 $3.200.00 1013 1 LS Point Repair (Sh. 22) 55 LF of 6 in. Sewer Four Thirty Thousand Three Hundred Dollars & No Cents per LS $ 4.330.00 $ 4.330.00 1014 1 LS Point Repair (Sh. 22) 40 LF of 6 in. Sewer Six Thousand Eight Hundred Twenty Dollars & No Cents per j& $6.820.00 $6,820.00 I .: I- w . .� h -- h -•.n• -. it ,. . -.1 r. -.1 I. II II 1016 ' 1017 ' 1018 1 1 1 1 1 LS Point Repair (Sh. 22) 30 LF of 10 in. Sewer Three Thousand Four ,ndred Forty Dollars & No Cents per I& $2,440.00 1 LS Point Repair (Sh. 22) 10 Zr of 10 in. Sewer i LS Point Repair (Sh. 22) 10 LF of 10 in. Sewer Two Thousand Nine Hundred Dollars & No Cents per L �� 1T 'I'T,, 1 LS Point Repair (Sh. 23) 50 IS of 6 in. Sewer Two Thousand Eiaht Hundred Forty rjt Dollars & No Cents per $2.840.00 10 ywrUwI I JOB. NO./ PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 1020 1 LS Point Repair (Sh. 23) ' 48 LF of 6 in. Sewer Four Thousand Eight Hundred Fifteen Dollars & No Cents per L& $4.815.00 $4.815.00 1021 1 LS Point Repair (Sh. 23) 25 LF of 6 in. Sewer Three Thousand Four Hundred ' Sixty Dollars & No Cents per L$ $3.460.OQ $3.460.00 1 1022 1 LS Point Repair (Sh. 23) ' 10 LF of 6 in. Sewer Two Thousand Two Hundred Dollars & No Cents per L$ $2.200.00 $2.200.00 ' 1023 1 LS Point Repair (Sh. 23) 15 LF of 6 in. Sewer Three Thousand Nine Hundred Thirty Dollars & No Cents per L& $3.930.00 $3.930.00 ' 1024 1 LS Point Repair (Sh. 23) 15 LF of 6 in. Sewer Three Thousand Five Hundred Dollars & No Cents per J. $3.500.00 $3.500.00 ' C 11 ' I I • •• • • •' :a• • 1 r •- 4h Vr • r • • r 2A1 200 LP Additional pipe installed varying in diameter from 6 in. Ito 12 in. complete in place including backfill material, service connections, compaction, ' and surface restoration in paved and non -paved areas per Section D2-11. Eighty Six Dollars i I L S I S I I I 1" i4 Y• A r r r ' 12 H LINING OF EXISTING SEWER PIPE (Per Section D2-12) JOB PAY UNIT AMOUNT Zn 3005 Lining of existing 399 LF $ 70.00 $27.930.00 6 -inch sewer pipe from Manhole (10)160 Seventy Dollars i to (10)140 to (10)139 No Cents per LF 3009 Lining of existing 419 LF $ 68.00 $28.492.00 6 -inch sewer pipe between Manhole (10)117 Sixty Eight Dollars i and (10)115 No Cents per LF 3031 Lining of existing 533 LF $ 105.00 $55,965,00 1 6 -inch sewer pipe from Manhole (11)125 One Hundred Five Dollars i to (11)124 to (11)123 to (11)122 No Cents per LF 3034 Lining of existing 196 LF $ 103.00 $20.188.00 6 -inch sewer pipe between Manhole (11)139 One Hundred Three Dollars i and (11)138 No Cents per LF 3038 Lining of existing 410 LF $ 77.00 $31,570.00 10 -inch sewer pipe between Manhole (10)049 Seventy Seven Dollars i and (10)048 Cents per LF 3A1 External 20 EA $ 500.00 $10.000.00 Reinstatement of Service Five Hundred Dollars i Laterals No Cents per EA 3A2 Internal 5 EA $ 440.00 $ 2,200.00 Reinstatement of Service Four Hundred Forty Dollars i Connections No Cents per EA 13 1 I I • 1 H I ' SUBTOTAL LINING I I I H LI H I I H LI L H :I l� H 14 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 381 55 LF 6" PVC Sewer Pipe 0'- 6' DP Twenty Eight Dollars i No Cents per IA' $_28.00 $_ 1.540.00 3C1 6,890 LF 8" PVC Sewer Pipe 0'- 6' DP Thirty one Dollars i No Cents per LF $ 31.00 $213,590.00 3C2 2,130 LF 8" PVC Sewer Pipe 6.1 - 10' DP Thirty Five Dollars i 110 Cents per Lf $ 35.00 $ 74.550.00 3C3 360 LF 8" D.I. Sewer Pipe 0 - 6' DP Forty Three Dollars i No Cents per IS $ 43.00 15.480.00 15 'PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS yxTcE BID 3C4 43 LF 8" D.Z. Sewer Pipe 6.1 - 10' DP Forty Eiaht ' Dollars Q No Cents per jg $ 48.00 $2.064.00 1 3D1 95 LF 10" D.I. Sewer Pipe 0' - 6' DP Forty Six Dollars i 1 No Cents per LE $ 46.00 $ 4.370.00 3E1 624 LF 12" PVC Sewer Pipe 0' - 6' DP ' Thirty Four Dollars i No Cents per LF $ 34.00 $21.216.00 ' 3E2 65 LF 12" PVC Sewer Pipe 6.1' - 10' DP Thirty Eight Dollars i No Cents per IMF $ 38.00 $ 2.470.00 3E3 30 LF 12" D.I. Sewer Pipe 0' - 6' DP Forty Eight Dollars i No Cents per yF $ 48.00 $ 1,440.00 3E4 28 I.F 12" D.I. Sewer Pipe 6.1' - 10' DP Fifty Four ' Dollars i No Cents per $ 54.00 $ 1.512.00 ' 16 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM OUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 3F1 1,890 LF 15" PVC Sewer Pipe 0'- 6' DP Thirty Nine Dollars i No Cents per LE $ 39.00 $73.710.00 3F2 1,328 LF 15" PVC Sewer Pipe 6.1'- 10' DP Forty Three Dollars @ No Cents per LE $ 43.00 $ 57,104.00 3F3 157 LF 15" Fifty PVC Four Sewer Pipe 10.1'- 14' DP Dollars i No Cents per LE $ 54.00 $ 8,478.00 3G1 209 LF 16" D.I. Sewer Pipe 0'- 6' DP Sixty Dollars i No Cents per LE $ 60.00 $12.540.00 3G2 14 LF 16" D.I. Sewer Pipe 6.1' - 10' DP Sixty Five Dollars Z No Cents per LE $ 65.00 $ 910.00 3G3 29 LF 16" D.I. Sewer Pipe 10.1' - 14' DP Seventy Seven Dollars i No Cents per IS $_77.00 $ 2.233.00 17 I 'PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT TEN QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 3H1 248 LF 18" PVC Sewer Pipe 0'- 6' DP Fifty One ' Dollars & No Cents per jg $ 51,00 $12,648.00 3H2 134 LF 18" D.I. Sewer Pipe 0'- 6' DP Sixty Eight Dollars & ' No Cents per Lg $ 68.00 $ 9,112.00 3I1 10 EA Shallow NH < - 4' DP ' One Thousand One Hundred Dollars & ' No Cents per Sa $ 1,100 $ 11,000.00 ' 3I2 65 EA 48" Standard NH 0 - 6' DP One Thousand Five Hundred Dollars & No .5 Cents per £& $ 100 $97.500.00 ' 3I3 4 EA 48" Drop XH 0' - 6' DP One Thousand Six Hundred Dollars & ' No Cents per $8 $ 1,600,00 $ 6.400.00 ' 18 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY DID PRICES WRITTEN IN WORDS PRICE BID 3I4 84 VF 48" Standard Extra Depth over 6' One Hundred Ten Dollars i No Cents per yE $ 11,0.00 $ 9.240.00 3I5 3J1 3J2 3J3 3J4 18 VF 48" Drop Manhole Extra Depth over 6' One Hundred Seventy Dollars d, No Cents per YE 192 EA 4" Service Connection Two Hundred Ten Dollars & No Cents per E8 3 EA 6" Service Connection One Thousand Two Hundred Dollars i No Cents per fl 2,450 LF 4" PVC Sewer Service Lines Nine Dollars i No Cents per yg 220 LF 6" PVC Sewer Service Lines Fourteen Dollars i No Cents per Li' 19 En ' 1 1 . 1 ' ' '' Wtn fl,fl41.] 'PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID I 3J5 25 EA Service Lateral Cleanouts One Hundred Fifty Dollars i No Cents per $a $ 150.00 $ 3.750.00 3K1 124 SY Sidewalk Repair per Section D2-16. Twenty Three Dollars i 1 NR Cents per $y $ 23.00 $ 2.852.00 3K2 1,350 LF Curb and Gutter Replacement per Section D2-16. ' Sixteen Dollars i No Cents per LE $ 16.00 $21.600.00 ' 3K3 220 SY Concrete Driveway/Parking Lot per Section D2-16. ' Thirty One Dollars i No Cents per $y $ 31.00 $ 6.820.00 ' 3K4 4,404 SY Asphalt Street Repairs ' Thirty Two Dollars & No Cents per fl $ 32.00 $140.928.00 ' 3K5 1,040 SY Concrete Street Repair Thirty Five Dollars i No Cents per fl $ 35.00 $6.400.00 ' 20 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 3R6 75 SY Asphalt Highway Repair Seventy Eiaht Dollars & No Cents per fl $ 78.00 $5.850.00 3L1 3L2 3L3 3L4 500 CY Imported Backfill per Section D2-10. (Unpaved area only) Fourteen Dollars & No Cents per cy $ 14.00 $ 7.000.00 60 CY Concrete Encasement for Misc. Placement as Directed by City One Hundred Dollars & No Cents per LX $ 100.00 $ y.000.00 4,870 CY Class 7 Street Backfill per Section D2-10. Fourteen Dollars & No Cents per a 50 CY Trench Foundation per Section D2-30. Twenty Dollars & No Cents per Qy 'I' n w'n'w'x' 21 'PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID ' 3L5 350 CT Rock Excavation per Section D2-9. Eight Five IDollars i ' No Cents per QY $ 85.00 $29.750.00 t ' 3M1 52 EA Clay or Concrete Dams per Section D2-11. Two Hundred Ten Dollars i No Cents per E8 $ 210.00 $10.920.00 3N1 5 LS Concrete Piers per per Sheet 5 and Sheet 12. One Thousand Dollars i No Cents per z,& $ 1.000.00 $ 5.000.00 301 50 EA Trench Compaction Test per Section D2-10. Eighty Five Dollars i ' No Cents per $8 $ 85.00 $ 4.250.00 3P1 1 LS Relocate 8" Water Main Trenton Street Three Thousand Three Hundred Dollars i No Cents per Ll $ 3.300.00 $ 3.300.00 I 22 I PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 3P2 1 LS Relocate 6" Water Main , Prospect Street. Three Thousand six Hundred Dollars & No Cents per jS $_3.600.00 $ 3.600.00 3Q1 80 LF Bore Under Railroad 24" Steel Casing per Section D2-9. Two Hundred Fifty ' Dollars & ' No Cents per jrg $ 250.00 $_20.000.00 3Q2 50 LF Bore Under S.H.180 16" Steel Casing per Section D2-9. No Hundred Forty Dollars & Cents per LI S 240.00 $ 12,000.00 , 3R1 14,550 LF Trench Safety ' per Section D1-10. One Dollars & No Cents per jX $ 1.00 $ 14.550.00 1 SUBTOTAL CONSTRUCTION OF SANITARY SEWERS $ 1.114.96700 One Million One Hundred Four- teen Thousand Nine Hundred Sixty Seven Dollars & No Cents ' (in writing) 23 I I .-. I. • 1 • • I. `• - .` - 1 1 1 1 1 1 1 1 •5A I 11 •6A I I II I I I I 12 EA Exploratory Excavations per Section D1-1. Five Hundred Dollars i No Cents per ZA 19 EA Abandon Manholes per Section D2-13. Fslir Hundred Fifty Dollars i No Cents per $$ 1 1 1 1 1 1 1 11 1 1 1 I 24 ALTERNATE BID ITEMS The following alternative bid items are dependent upon completion of the internal television inspection of the listed sewer segments. The actual rehabilitation method will be determined after review of the video tape by the Engineer. JOB NO./ PAY UNIT AMOUNT ITEM DESCRIPTION OUANTITY PRICE BID 3008 Lining of existing 285 LF $ 70.00 19.950.00 6 -inch sewer pipe between Manhole (10)184 Seventy Dollars & and (10)116 ' No Cents per LF 3015 Lining of existing 265 LF $ 74.00 $19.610.00 1 6 -inch sewer pipe between Manhole (10)182 Seventy Four Dollars & and (10)099 $o Cents per LF 3016 Lining of existing 195 LF $ 95.00 $18.525.00 6 -inch sewer pipe from Manhole (10)102 Ninety Five Dollars & and (10)101 No Cents per LF 3018 Lining of existing 257 LF $_78.00 $ 20,046.00 6 -inch sewer pipe from Manhole (10)107 Seventy Eight Dollars & to (10)159 to (11)106 No Cents per LP A.3A1 External Reinstatement 6 EA $ 504.00 $ 3.024.00 of Service Connections Five Hundred Fourpollars & No Cents per EA A.3A2 Internal Reinstatement 2 EA $ 400.00 $ 800.00 of Service Connections Four Hundred Dollars & No Cents per EA 25 , I JOB NO./ PAY UNIT AMOUNT U ITEM DESCRIPTION QUANTITY ICE BID A.3A3 Obstruction 10 EA $ 600.00 $ 6.000.00 Excavation Six Hundred Dollars & No Cents per EA 1 A.3A4 Internal Television 1,100 LF $ 3.00 $ 3.300.00 ' Inspection of sewer lines included in Three Dollars & Job No. 3008, Job. No. 3015, No Cents per LF ' Job. No. 3016, and Job No. 3018 A.3008 Point Repair of 20 LF 1 I.8 $ 3.800.00 $ 3.800.00 of 6 -inch sewer pipe between Manhole (10)184 Three Thousand Eight and (10)116 from Sta. 0+10 to Sta. 0+30 gym Dollars & No Cents per LS 1 A.3008A Point Repair of 45 LF 1 IS $ 5,o00.00 $ 5.000.00 ' of 6 -inch sewer pipe between Manhole (10)184 Five Thousand Dollars & and (10)116 from ' Sta. 1+05 to Sta. 1+50 No Cents per LS A.3015 Replacement of 6 -inch 265 LF $ 86.00 $ 22.790.00 ' sewer pipe with 8 -inch pipe ( e)eewn Manhole (10)182 Eiahty Six Dollars & and ' Sta. 1+05 to Sta. 1+50 No Cents per LF TOTAL ALTERNATE $_122.845.00 One Hundred Twenty Two Thousand Eight Hundred Forty Five Dollars & No Cents I ' 26 TOTAL MANHOLE REHABILITATION TOTAL POINT REPAIR TOTAL LINING OF SEWERS TOTAL CONSTRUCTION OF SEWERS TOTAL ALTERNATE BID ITEMS TOTAL GENERAL ITEMS �.• - ,r• �• -f I. I II It is understood and agreed by the undersigned that the Owner reserves the unrestricted privilege to reject any or all the foregoing unit prices in this paragraph which it may consider excessive or unreasonable, or to accept any or all of them as unit prices applicable in the event additions to or deduction from the work to be performed on this project are ordered by the Owner. Rejection at any time of such Unit Prices for Construction changes shall not otherwise affect the balance of the Bid or Construction Contract. The selection of the lowest bid shall be based on the total amount bid including alternate bid items. I I I I I I I I L H I I I I I 27 I I III. BID SECURITY Accompanying this Bid is a Bid Bond_ in the amount of U 5% Dollars. (S ) Note: The total amount of Bid security shall be based on the Total Bid of this Contract. IV. BIDDER'S SIGNATURE A. An Individual BY (SEAL) (Individual's Name) ' doing business as Business address: _ 1 Phone No.: B. A Partnership By (Firm Name) (SEAL) ' (General Partner) Business address: Phone No.: I I F I 1 28 Bid ' City of Fayetteville Sanitary Saver Improvements 7 ._•• VW = •c'Tha .. Louisiana (State of corporation) By Jim A. Benson (Name of Person Authorized to sign) itle) (Corporate Seal) Attest (Secretary/Treasurer) Business address: Phone No.: (318) 949-9898 D. A Joint Venture By_ (Name) (Address) By (Name) (Address) (Each joint venturer must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above). Subscribed and sworn to before me this 1993. 29 day of Notary Public Bid City of Fayetteville Sanitary Sewer Improvements I 1 H I I I I H 1 I I I I 1 H I I I I ' BID BOND (FIVE PERCENT) KNOW ALL MEN BY THESE PRESENTS, That we (hereinafter called the Principal) and (hereinafter called the Surety), a corporation chartered and existing under the laws of the State of t with its principal office in City of and authorized to do business in the State of Arkansas are held and firmly bound unto 'the city of Fayetteville, Arkansas (hereinafter called the Owner), in the full and just sum of ' Dollars ($ ) good and lawful money of the United States of America, to be paid upon demand of the owner, to which payment well and truly to be made, t the Principal and the Surety bind themselves, their heirs, executors, administrators, and assigns, jointly and severally and firmly by the presents. WHEREAS, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and incidentals necessary to perform Sewer Improvements for the ' City of Fayetteville, as described in these Contract Documents, WHEREAS, the Contractor desires to file this bond in accordance with law, in lieu of a certified bidder's check otherwise required to accompany this Bid. NOW, THEREFORE: The conditions of this obligation are such that if the Bid be accepted, the Principal shall, within ten (10) days after the date of the receipt of a written notice of award of contract, execute a contract in accordance with the Bid and upon ' the terms, conditions and price(s) set forth therein, of form and manner required by the Owner, and execute a sufficient and satisfactory contract, Arkansas Statutory Performance and Payment ' Bond, payable to the Owner, in an amount of One Hundred Percent (100%) of the total Contract price in form and with security satisfactory to said Owner, than this obligation to be void; otherwise to be and remain in full force and virtue in law; and the Surety shall, upon failure of the Principal to comply with any or all of the foregoing requirements within the time specified above, immediately pay to the aforesaid Owner, upon ' demand, the amount hereof in good and lawful money of the United States of America not as a penalty but as liquidated damages. Surety companies executing Bonds must hold Certificates of ' Authority as Acceptable Sureties (31 CFR 223) and be authorized to transact business in the State where the Project is located. i Invitation to Bid City of Fayetteville Sanitary Sewer Improvements IN TESTIMONY THEREOF, the Principal and Surety have caused these presents to be duly signed and sealed this day of ____________________,19__ Principal By (Seal) Surety (Seal) Countersigned Local Resident Producing Agent for 2 Invitation to Bid City of Fayetteville Sanitary Sewer Improvements I I I I I I I L► 1 n I I I I I I H List of Major Subcontractors The Bidder expressly agrees that: i. If awarded a Contract as a result of this Bid, the major subcontractors used in the prosecution of the work will be those listed below, and 2. The following list includes all subcontractors who will perform work representing approximately five percent or more of the Total Bid. 3. The Bidder represents that the subcontractors listed below are financially responsible and are qualified to perform the work required. 1 Subcontractors City of Fayetteville Sanitary Sever improvements I STATEMENT OF EXPERIENCE OF BIDDER The Bidder shall state below the work of similar magnitude or character which he has done, and shall give reference to his experience, skill and business standing and of his ability to conduct the work as completely and as rapidly as required under the terms of the contract. References shall include the name and telephone number of the project representative to be contacted. Project and Location Reference (1) See attached (2) 1 (3) (4) I I (5) ' (6) 1 I (7) I I 1 ' 1 Statement of Experience City of Fayetteville Sanitary Sewer Improvements I > A4eAA'xA5 Lr,e e e It/ta, Ire 92-- /y37 - #42 - F) 9m - 3a yat≤• expo /�PM� AWNW - 02gye4E,5 er• 1 461X &o2 - Sgee,.� tea` ✓ di yc.9.ec5 ox,. 1 Se.#a,' 9Jjj4g- .�,�- Js'.f 1 ,B4 142' /.yes . it j Lt* — &,&2k? AA.AIef. // .yp4,4 ey. . fax- 6m4 a a�o� - Car 2,C - CAT, atop c - fir, /o?0/A _ A7, 4G , /4'C- CST .ASS4 -F4ed LaaM,e, .CSS- • ,4g0 ctoadti. , 9SSia. C - €Dn4 L 4 ,, Tr/PG - G¢T ,C�o�,�ri c , irsoc! - .sF ,,,t ,p4i,9 7.Y4�, We C - CISE; 15/ac - CAS£; D Goa l- vEMFEt ?iaiMee, Ek�w, 1 Qiq, %t "Bann £5, asp" bt n'g £9) coo a)aoe e1 ,)afC anso wvf T,t of sir „/,-vndG'o,acnr �,<i�e4 F,ea0tIr.e, 1 LbWni mi.sG . fu. A,,2 v¢tsrce) am®s, 1 ��SELc A n' etd ) sar Arr,0.40C 1) rii ct-r,s stflflkt a day 2).lore v fzet 17) sagsiwolet .0 I BENSON CONSTRUCTION CO., INC. PROJECT REFERENCE LIST PRgc. . May 1987 to March 1988: Town of Corinth, Texas ENGINEERS: Ragan and Rasor, Inc. One Gallant Tower, Suite 1600 13355 Noel Road Dallas, Texas 75540 AMOUNT: $365,768.00 DESCRIPTION OF WORK: Installation of 280 feet of 24" encasement pipe by jacking and boring under I-35. Installation of 12" ductile iron pipe, gate valves, and flow meter with a vault. 12" gravity sever, 12" force main, lift station and manholes, December 1986 to October 1987: 54" to 48" Water Main ENGINEERS: City of Shreveport Richard J. Tuttle, P. E. P. 0. Box 31109 Shreveport, Louisiana 71130 AMOUNT: $1,276,000.00 DESCRIPTION OF WCRK: Installation of 8,800 feet of 36", 42", 48" and 54" concrete water main along with seven butterfly valves and air release vaults. 14ay 1985 to November 1986: Minden Sever Interceptors ENGINEERS: Owen and White, Inc. J. Keith Shackleford, P. E. P. 0. Box 66396 Baton Rouge, Louisiana 70896 AMOUNT: $2,800,000.00 DESCRIPTION OF WORK: Staking, clearing, grubbing and installation of 75,000 feet of 8" through 30" sanitary sewer ranging iron 6 to 25 feet in depth. Related work included 232 manholes, and 2.175 feet of dry borings, I,300 feet of which were 24" to 36" encased bores. The longest bores were 300 feet of 36"'diameter bores under 1-20. I I I H I 7 I I I I I I L. J LII I I BENSON CONSTRUCTION CO., INC. PROJECT REFERENCE LIST PAytA. I I ' May 1987 to February 1988: City of Cedar Rill, Texas ENGINEERS: AMOUNT: Shimek, Jacobs 6 Finklea $933,383.00 ' Ron Conway, P. E. 8333 Douglas Avenue, 1820 Dallas, Texas 75225 DESCRIPTION OF WORK: Installation of 6,000 feet of 30" reinforced concrete pipe. Installation of 1 1.350 feet of 24" reinforced concrete pipe. Installation of 30" and 24" gate valves, 48" steel casing by jacking and boring. Also, other appurtenances in - eluding street and paving repairs. September 1988 to November 1988: Shed Road, Bossier City. Louisiana ENGINEERS: AMOUNT: City of Bossier City $132,894.50 Sammie Craft ' P. 0. Box 5337 Bossier City, Louisiana 71171 ' DESCRIPTION OF WORK: Installation of Well Point System, manholes, 12" sanitary sever pipe to 16' deep. March 1989 to November 1990: Forbing Woods Interceptor 'ENGINEERS: AMOUNT: City of Shreveport 1442,387.50 William F. Gaines ' P. 0. Box 31109 Shreveport, Louisiana 71130 'DESCRIPTION OF WORK: Installation of 12", 18" 6 24" sanitary sever pipe, road bores, manholes to 20' deep. I I I L BENSON C3NSTI:U:.TION CO.. INC. PROJECT REFERENCE LIST PAGE 3 SEPTEMBER 1989 TO MAY 1990: SEWER DISTRICT 34, P:NE SLUFF. ARK. ENGINEERS: AMOUNT: ELLERS. HEAGLER i ASSOCIATES 11,169.700 , MR, HEAGLER 115 EAST FIFTH AVENUE. ROOM 206 PINE BLUI F . ARK 71601 ' DESCRIPTION OF WORK: INSTALLATION OF ANITARY SEWER PIPE 24' TO _•6 1N SIZE TO 20' DEEP. INSTALL MANHOLES. ROAD BORES. ASPHALT. SANITARY LIFT STATICN AND FORCE MAIN. JUNE 1990 TO SEPTEMBER 19.91: CEDAR GROVE RELIEF SEWER PHASE II ENGINEERS: AMOUNT: DEMOPULOS AND FERGUSON $3.302.502 MIKE MARCHAND. P.E. 330 MARSHALL SfkEET. SUITE 700 SHREVEPORT. LA. 71101 DESCRIPTION OF WORK. INSTALLATION OF 12' TU 420 SANITARY SEWER TO 26' IN DEPTH. INSTALL TUNNEL LINEk PLATES. ROAD SORES, MANHOLES. CONCRETE DITCH PAVING AND ASPHALT. MARCH 1991 TO FEBRUARY 1992: MARTIN LUTHER KING DRIVE ENGINEERS: AMOUNT CITY OF SHREVEPORT $950,OOC VANCE GARRETI P 0 BOX 31109 SHREVEPORT, LA. 71130 DESCRIPTION CF WCT.K: ' INSTALLATION OF ✓,' TO 16 WATER MAIN, ROAD SORES. VALVES. FIRE HYDRANTS AND SERVICES. ITT J 171 I I I I F I 171 BENSON CONSTRUCTION CO.. INC. PROJECT REFERENCE LIST PAGE 4 APRIL 1991 TO JULY 1991 ENGINEERS: CITY OF SHREVEPORT RODNEY BEARD P 0 BOX 31109 SHREVEPORT, LA. 71130 HIGHLAND BASIN AMOUNT $500.000 DESCRIPTION OF WORK: INSTALLATION OF 8" SEWER WITH MANHOLES, LONG RAILROAD BORES. APRIL 1991 TO SEPTEMBER 1992: ENGINEERS: CITY OF SHREVEPORT MITCH EVENOFF P 0 BOX 31109 SHREVEPORT, L.A. 71130 RED RIVER FORCE MAIN AMOUNT. $300.000 DESCRIPTION OF WORK: INSTALLATION OF 30" FORCE MAIN, 2 MAJOR TIE-INS. APRIL 1992 TO PRESENT: ,LOUISIANA ARMY AMMUNITION PLANT RENOVATE WATER DISTRIBUTION SYSTEM ENGINEERS: AMOUNT: THIOKOL CORPORATION $4,300.000 0 J ROMERO P 0 BOX 1029 MARSHALL. TX 75671 903-679-2921 DESCRIPTION OP WORK: INSTALLATION OF OVER 200,000 FEET OF WATER MAIN RANGING FROM 3" TO 14". 10,000 FEET OF ROAD BORES.12" TO 24. FIRE HYDRANTS AND VALVES. APPROX. 85% COMPLETE. JULY 1992 TO PRESENT: ENGINEER$: CITY OF BOSSIER CITY SAMMIE CRAFT P 0 BOX S337 BOSSIER CITY. LA. 71171 CURTIS PARK SEWER PROJECT 316-741-0568 AMOUNT $450.000 DESCRIPTION OF WORK: INSTALLATION OF B" TO 12" SEWER 6' TO 22' IN DEPTH. RAILROAD BORES AND HIGHWAY BORES 18 10 24". COMMERCIAL NATIONAL BANK IN SWPEVEOCF' CDL'DN A. SANDERS , VKa n1Es CENT October 27, 1992 1 I Mr. J. A. Benson, President Benson construction c., Inc. P.O. Box 180 Princeton, Louisiana 71067 Dear ?t. Benson: ' This letter is to advise that Cniercial National Bank would consider loaning up to $500,000 to Benson Construction CD., Inc. provided the financial condition of the cotpany at the time of the request was coneeensurate with bank policy and that sufficient, acceptable collateral was offered to secure this debt. If you have any further questions, please feel free to contact me. Sincerely, ' 1 CAS:twl ' Er closares 1 I I I ' 333 TEUASSvQEET/PD. B 24119. SHREYEP OR-, LOUISIANA 7'•52 BENSON CONSTRUCTION CO., INC. ' Balance Sheet as of November 30, 1992 1 ASSETS IURRENT ASSETS Red River Valley Bank $ 7,453.32 Commercial National Bank 128,241.65 1 Premier Bank 101.380.50 R.R.V.B. Savings A/C 817.90 Accts Roc. Employees 5,755.00 Accts Rec. Retainages 627,101.00 1 Accts Rec. Stockholders 20,217.45 Prepaid Interest 15,535.11 Inventory Materials On Hand 38,844.00 1 TOTAL CURRENT ASSETS $ 945,345.93 IROPERTY, PLANT & EQUIPMENT Computer & Software 25,875.54 Furniture & Fixtures 29,681.60 Equipment & Tools 1,729,062.91 Vehicles 509,839.95 Accumulated Depreciation (1,433,978.83) 1 TOTAL PROP.PLANT & EQUIPMENT 860,481.17 TOTAL ASSETS $ 1,805,827.10 1 I 1 I I PREPARED IN HOUSE FOR PURPOSES OF MANAGEMENT 1 9EN50N CN$TRUCTION Cu.. INC. balance SSfiheet as of November 30. 1992 LIABILITIES AND STOZK-iOLDER5EQUITY CURRENT LIABILITIES Accounts Payable rade L 96,441.86 N/P Cu"rest Portion 170,516.00 Pay -oil Tax Deps. Futa C. 3.17;:.36; Payro'_: Tax Des F:ca/wh 322.03D.25) Fed Wh Tax Deductec 15,350.07 Fica Tax Deducted 12,239.0:: State(5 ; W/h Tax DedLcted 3,70'• .03 Payroll Tax AccrLals 12.64.0.0; TOTAL CURRENT LIABILITIES I. 275,697.4`> LONG TERM DEBT LONG TERM DEBT 411 .185.31 Unamortized Interest/Discount ( Less Current Portior LIT Debt ( 170.51&.00; TOTAL LONG TERM DEBT 214,54^>.35 TOTAL LIAB1LITIE 490,236.64 CAPITAL & EQUITY Capital Stock Issued Retained Earnings CURRENT. YEAR INCOME (LOS:,) TOTAL CAPITAL S EQUITY TOTAL IAOILITIE:• rs EQUITY 40.000.00 6`5.643.03 619,9Qa 42.3 PREPARED IN HOUSE FOF: „URPOSE5 OF MANAGENCNT 1,315.9G.[. 1,0O5o827._C Ii I Li I I I I I I. BENSON CONSTRUCTION CO., INC. Statement of Income and Expenses for the period ending November 30. 1992 Y -T -D YTD,% 1 INCOME ' Income -Billings & Receipts $ 5,608,312,93 99,9 Interest Income 3,257,58 0.1 TOTAL INCOME 5,611,570.51 100.0 DIRECT COSTS ' Direct Job Costs 3,796,151.78 67.6 Egp.Maint.Cost-No Specific Job 84,028.06 1.5 Egp.Opr,Cost-No Specific Job 11,438.18 0.2 ' Direct Job Costs from W.I.P. 60,00 0.0 Direct Costs No Specific Job 235,430.99 4.2 TOTAL DIRECT COSTS 4,127,109,01 73,5 GROSS PROFIT $ 1,484,461,50 26,5 ' OPERATING EXPENSES Officer Salaries 113.730,00 2,0 Other Salaries 48,982.50 0.9 ' Casual Labor 17,625,34 0.3 Contributions 1,000.00 0,0 Accounting 10,760,00 0,2 'Legal 1,761.50 0.0 Advertising & Promotions 1,646,48 0.0 Other Professional Fees 7,220,10 0.1 ' Truck Expenses 64,903.$4 1.2 Dues & Subscriptions 2,949.74 0.1 Depreciation 93,500,00 1.7 Insurance - General 260,758,96 4.6 ' Insurance - Life & Health 10,402.52 0,2 Interest Expense 8,433.85 0.2 Miscl. Expenses 19,727.49 0.4 ' Office Supplies & Printing 7,044.88 0.1 Postage & Mailing 1,901.10 0.0 Bank Charges 214.94 0.0 • Repairs - Non Equipment 11.466.41 0.2 Rent - Shop & Buildings 18,313,24 0.3 PREPARED IN HOUSE FOR PURPOSES OF MANAGEMENT 1 I ate, )N r rrdc,TsUCT:ON CC'. . INC Statement of Income a -id Expenses `or the perioc ending Novenber 30. 1992 Shop Supplies & Expenses Taxes - Property Taxes - Payroll Taxes _icenses Sales Taxos Small Tools Telephone & Radio Corm.;nicatr.s Utilities Travel Expense Coffee Cokes Ice Etc. Meals & Food Unclassi`ied Moldidrg Acct. 7OTAL OPERATING EXPENSES NET PROFIT (LOSS) BEFORE TAXES NE- PROFIT (LOSS; AFTER 'AXES Y -T -D YTD.: 15.006.76 0.3 144.60 0.0 56,021.14 1.0 46,451.20 0.8 2,957.57 0.1 _4,439.80 0.3 r J r-7 56 ,J1 C Q. - :6.7c.43 0.3 1,427.15 0.0 3.514.03 O.CC 0.0 864,519.27 15.4 $ 619,942.23 11.0 619,942.23 11.0 IPEPAREU IN HOJL•'_ FOB: PURPOSES OF MANt,GEMLN1 I 271 N/P 272 N/P I 273 N/P 274 N/P 275 N/P I 276 N/P 277 N/P 278 N/P '279 N/P 280 N/P 281 N/P 282 N/P '283 N/P 284 N/P 285 N/P I 286 N/P 287 N/P I I I I I I J I I I I BENSON CONSTRUCTION CO., INC. Schedule of LONG TERM DEBT - (F/S line S 41) as of 11/30/92 RRVB $416.54 1,249.08 RRVB $416.54 823.08 SCOTT 580 $1069.09 44.818.15 Credit Alliance $272 10,892.00 Caterpillar Fin. $29 7,360.00 RRVB $508.99 2,544.95 FMC $781.38 1,562.52 CAT 2408 $3952.00 ( 3,952.00) FMC $729.29 5,834.40 Caterpillar $1394. 5,575.00 RRVB $350.62 3,856.82 KDC 220 $3568.58 128,468.88 CNB TRENCH $1041.61 21,873.81 Cnb $1138.26 Cement 29,840.17 CNB VP $546.35 12,617.14 RRVB $731.21 15,802.56 K.D.C. $4015. 122,018.75 Total LONG TERM DEBT PREPARED IN HOUSE FOR PURPOSES OF MANAGEMENT $ 411,185.31 I I STATEMENT OF COMMITMENT The Bidder shall state below the current projects which he is currently under contract, dollar value of contracts, and estimated time of completion. Estimated Percent Date of Currently Protect and Location Dollar Value Completion Complete (1) Water System ' Lousiana Army Ammunition Plant 4.3 Million July. 93 98% (2) Bossienlity. La i Sewer Rehab 450.000.00 June. 93 91% (3) (4) (5) 1 (6) 1 (7) (8) (9) , (10) 1 1 Statement of Commitment City of Fayetteville , Sanitary Sewer Improvements CONTRACTUAL DOCUMENTS SECTION B I I I I I I I I I I I I I I I I I I CITY OF FAYETTEVILLE, ARKANSAS SANITARY SEWER MAIN REPLACEMENT AND HABILITATION ILLINOIS RIVER WATERSH', BASIN 10 AND BASIN 11 THIS AGREEMENT, made this /OTC day of , 1993, by and between the City of Fayetteville, Arkansas, municipal corporation, hereinafter called the Owner, and .,,.,,, per,, hereinafter called the Contractor. WITNESSETH: WHEREAS, the owner has heretofore solicited Bids for all the work and improvements for the doing of all things included within the hereinafter specified Sanitary Sewer Main Replacement and Rehabilitation Illinois River Watershed, Basin 10 and Basin 11. WHEREAS, the Owner did on the /.Pik day of , 1993 find that the Contractor was the ldi�iUresponsivegtresponsible Bidder for the hereinafter specified work and did award the Contractor a Contract for said work. NOW, THEREFORE, for and in consideration of their mutual promises, covenants, undertaking and agreements, the parties hereto do hereby agree as follows: � t • 'Ni t ;itii.Thiw 'X.KC The Contractor agrees, at his own cost and expense, to do all the work and to furnish all the labor, materials, equipment and other property necessary to do, construct, install and complete all the works and improvements included in Sanitary Sewer Main Replacement and Rehabilitation Illinois River Watershed, for Basin 10 and Basin 11. All in full accordance with and in compliance with and as required by the hereinafter specified Contract Documents and any addenda for said work, and to do, at his own cost and expense, all other things required of the Contractor by said Contract Documents for said work. The Contract Documents are defined in the General Conditions. 1 City of Sewer System Agreement Fayetteville Improvements I ARTICLE III - CONTRACT AMOUNT The Contractor agrees to receive and accept the attached contract unit prices and/or lump sum prices as full compensation for furnishing all materials and equipment for doing all the work contemplated and embraced in this Agreement; also for all loss or damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the Owner, and for all risks of every description connected with the work; also ' for well and faithfully completing the work, and the whole thereof, in the manner and according to and in compliance with the Contract Documents and the requirements of the Engineer under them, also for any and all things required by the Contract Documents. ARTICLE IV - LIQUIDATED DAMAGES OR ACTUAL DAMAGES AND EXCESS ENGINEERING COSTS The Contractor shall, and agrees te, pay to excess engineering as described in the General Conditions. The Contractor shall, and agrees to, pay for liquidated damages or actual damages if the Contractor fails to complete the project within the specified time in accordance with the General Conditions. ARTICLE V - STARTING AND COMPLETION I The Contractor agrees to commence work under this Agreement within ten calendar days of receipt of written Notice to Proceed and to complete all work included in this Contract to the point of substantial completion no later than October 15, 1993. The contractor further agrees to complete all work to the point of final acceptance by the Owner no later than November 15, 1993. The Contractor shall, and agrees to, furnish and deliver to the Owner, the Faithful Performance Bond, the Contractor's Labor and Material Bond, the Maintenance Bond and the insurance certificates and policies of insurance required of him by provisions of the Contract Documents, and to do, prior to starting work, all other things which are required of him by the Contract Documents as a prerequisite of starting work. 11 Agreement 2 City of Fayetteville Sewer System Improvements Li ' ARTICLE VI - PAYMENTS TO CONTRACTOR The Owner agrees with said Contractor to baploy, and does hereby employ, the said contractor to provide the materials and do all the work, and do all other things hereinabove contained or referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner and upon the conditions ' set forth or referred to in the Contract Documents; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the convenants herein contained. There shall be no measurement or separate payment for any items not listed and all costs pertaining thereto shall be included in the Contract unit prices for other items listed. IN WITNESS WHEREOF, the parties hereto have caused this ' Instrument to be executed in three original counterparts the day and year first above written. (SEAL) Cn (Contractor) Attes • C. !! t - - By 74_? 4aaao ' Name �; ,Jel6,,etr Name /Yl QAn f S A6c.✓ S�- (plleeaase type (please type) ' Title _mow b l Title (SEAL) CITY OF FA LIZ, AR ' :/A 0r an -BY Name Name (please type) (please type) Title I.X., Title I I I 3 City of Sewer System Agreement Fayetteville Improvements II ' ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND we as Principal, hereinafter called Principal, and 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 as Obligee, here inafter called Owner, in the amount of Dollars ($ ), for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. , Principal has by written agreement dated entered into a contract with Owner for Sanitary Sewer Mai Replacement eplacement and Rehabilitation Illinois River Watershed Basin 10 and Basin 11 which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITIONS 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 an 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. 1 1 Performance Bond City of Fayetteville Sanitary Sewer Improvements In no event shall the aggregate liability of the Surety exceed the sum set out herein. Executed on this day of , 1993. Principal LA Surety BY Attorney -in -fact Performance Bond 2 City of Fayetteville Sanitary Sewer Improvements I CERTIFICATE OF OWNER'S ATTORNEY I, the undersigned, _ the duly authorized and acting legal representative of ' do hereby certify as follows: I have examined the attached contract(s) and surety bonds and the manner of execution thereof, and I am of the opinion that each of the aforesaid agreements has been duly executed by the proper parties thereto acting through their duly authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective parties named thereon; and that the foregoing agreements ' constitute valid and legally binding obligations upon the parties executing the same in accordance with terms, conditions and ' provisions thereof. 1 1 Date: _ ' I I I Li I I GENERAL CONDITIONS SECTION C TABLE OF CONTENTS FOR GENERAL CONDITIONS SUBJECT PAGE A DEFINITIONS 1 B CONTRACT DOCUMENTS: DEFINITIONS. . . . . . . 6 C PRELIMINARY MATTERS . . . . . . . . . . . . . 8 D CONTRACT DOCUMENTS: INTENT AND REUSE . . . . 11 E AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS . . . . . . . . . . . . . . . 14 F BONDS AND INSURANCE . . . . . . . . . . . . . 18 G CONTRACTOR'S RESPONSIBILITIES . . . . . . . . 29 H OTHER WORK . . . . . . . . . . . . . . . . . . 4 3 I OWNER'S RESPONSIBILITIES. . . . . . . . . . . 45 J ENGINEER'S STATUS DURING CONSTRUCTION . . . . 46 K CHANGES IN WORK . . . . . . . . . . . . . . . 50 L CHANGES IN CONTRACT PRICE . . . . . . . . . . 52 M CHANGES IN CONTRACT TIME. . . . . . . . . 60 N WARRANTY AND GUARANTEE; TESTS AND OBSERVATIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK . . . . . . . . . . . . . . . . 63 O PAYMENTS TO CONTRACTOR AND COMPLETION . . . . 68 P SUSPENSION OF WORK AND TERMINATION. . . . . . 79 Q ARBITRATION . - . . . . . . . . . . . . . . . . 83 R LIQUIDATED DAMAGES OR ACTUAL DAMAGES FOR DELAY . . . . . . . . . . . . . . . . . . 85 S EXCESS ENGINEERING COSTS. . . . . . . . . . . 87 T MISCELLANEOUS . . . . . . . . . . . . . . . . 88 i I INDEX TO GENERAL CONDITIONS ' Page Paragraph Number Number Acceptance 0.12 76 Access to the Work N.2 63 Addenda, definition of A.1 1 Agreement, definition of A.2, B.3.a 1,6 All Risk Insurance F.2.a 19 Amendment, Written A.41, D.2 5,12 Application for Progress Payment Request 0.2 68 Arbitration Q 83 As Directed, definition of A.3 1 ' As Shown, definition of A.4 1 Availability of Lands E.1 14 Avoidable Delays M.2.a 61 Award, Notice of, definition of A.23 3 Before Starting Construction C.5 8 Bid, definition of A.5 1 Bidder, definition A.6 1 Bidding Documents 8.2 6 Bonds and Insurance F.1, F.2 18,19 Bonds, definition of A.7 1 Bonds, delivery of C.1, F.1 8,18 Bonds, Performance and Other B.3.b, F.1 7,18 Cash Allowances L.6 58 Certificate of Insurance F.2.c 22 Changes in Contract Price L 47 Changes in Contract Tine M 60 Change Order, definition of A.8 I Change Orders, Engineer's Responsibility J.5 47 Change Orders, to be Executed K.4 45 Changes in Work K 45 Claims, Waiver of, on Final Payment 0.14 78 Clarifications and Interpretations 3.4 46 Cleaning G.10.b 36 Completion 0 fi8 Completion, Substantial 0.8 73 Commencement of Contract Time C.3 8 Conditions of Contract 8.4 7 Conference, Pre -Construction C.6 9 Conflict, Error, Discrepancy - Contractor to Report C.5.a, D.1.c 8,11 Construction Machinery, Equipment, etc. G.2.b 30 I I ii I 1 J ' Continuing the Work G.15 40 Contract Documents - Amending and Supplementing D.2 12 Contract Documents, definition of A.9, B 2,6 ' Contract Documents, Discrepancies and Omissions D.4 12 Contract Documents: Intent and Reuse O.1 11 ' Contract Documents: Titles and Headings D.5 13 Contract Price, Change of L 52 Contract price, definition of A.10 2 ' Contract Time, Change of M 60 Contract Time, Commencement of C.3 8 Contract Time, definition of A.11 2 Contractor, definition of A.12 2 Contractor May Stop Work or Terminate P.3 82 Contractor's Continuing Obligation O.13 77 Contractor's Duty to Report ' Discrepancy in Documents C.5.a,D.l.b 8,11 Contractor's Fee, Costs Plus L.5.a 57 Contractor's Liability Insurance F.2.a 19 Contractor's Responsibilities - ' in General G 29 Contractor's Warranty of Title O.6 71 Contractor's - Other H 43 Contractual Documents B.3 6 Contractual Liability Insurance F.2.a 19 Coordinating Contractor, definition of H.2 44 Coordination 11.2 44 Copies of Documents C.2 8 Correction or Removal of Defective Work N.6 60 Correction Period, One Year N.7 60 ' Correction, Removal or Acceptance of Defective Work - in General N.6 thru N.9 65,66 Cost, Net Decrease L.5.a.(2) 57 ICost of Work L.4,O.4 53,70 Costs, Supplemental L.4.a.(5) 54 ' Day, definition of A.13 2 Defective, definition of A.14 2 Defective Work, Acceptance of N.8 66 Defective Work, Correction or Removal of N.6 65 ' Defective Work, Rejecting J.6 47 Definitions A 1 Delays M.2, M.3 61,62 ' Delivery of Bonds C.1 8 Determination for Unit Prices J.8 47 Disputes, Decisions by Engineer J.9 48 Documents, Copies of C.2 8 ' Documents, Record G.11 37 Documents, Reuse of D.3 12 Drawings and/or Plans, definition of A.15 2 I I I Easements E.1 14 Effective Date of Agreement, definition of A.16 2 Emergencies G.13 38 Engineer, definition of A.17 2 Engineering Cost, Excess S 82 Engineer's Decisions J.8, J.9 47,48 Engineer's, Notice Work is Acceptable 0.12 76 Engineer's Responsibilities, Limitations on J.10 49 Engineer's Recommendation of Payment 0.7, 0.11 71,76 Engineer's Status During Construction a 46 Equipment, Labor, Materials G.2 30 Equivalent Materials and Equipment G.4 31 Excess Engineering Costs S 87 Extension of Time M.3 62 Explorations of Physical Conditions E.2.a 14 Fee, Contractor's Costs Plus L.5 57 Field Order - definition of A.18 3 Field Order - issued by Engineer K.2 50 Final Acceptance, definition of A.19 3 Final Application for Payment 0.11 76 Final Observation 0.10 76 Final Payment and Acceptance 0.12 76 Final Payment, Recommendation of 0.12 76 General Requirements, definition of A.20 3 General Provisions Ti] 88 Giving Notice T.1 88 Guarantee of Work, by Contractor N.1 63 Headings, Titles and D.5 13 , Hold Harmless Agreement F.3 24 Indemnification G.16 41 Observation, Final 0.10 76 Observation Tests and N.3 58 ' Insurance, Amount of Coverage F.2.a.(4) 19 Insurance, Bonds and F.2 19 Insurance, Certificates of C.5.c, F.2.c 9,22 Insurance, Completed Operations F.2.a. 19 Insurance, Contractor's Liability F.2.a. 19 Insurance, Contractual Liability F.2.a 19 Insurance Companies, Notification of F.5 28 Insurance, Owner's Liability F.3 24 Insurance, Property F.2,F.3,F.4. 19,24 Insurance, Waiver of Rights F.6 25 Insurance, Workmen's Compensation F.2 19 Insurance, Workmen's Occupational Diseases F.2.b.(1) 20 Interpretations and Clarifications J.4 46 Investigations of Physical Conditions E.2 14 I iv I fl ' Labor and Material Bond F.l.b 18 Labor, Materials and Equipment G.2 30 Laws and Regulations A.22,G.8 3,31 Liability Insurance, Contractor's F.2.a. 19 Liability Insurance, Owner's and Engineer's F.2.a. 19 Limitations on Engineer's ' Responsibilities J.10 49 Liquidated Damages R 85 Materials and Equipment, furnished by Contractor G.2.a, G.2.c 30 Materials and Equipment, not incorporated in work O.2.b 68 ' Materials or Equipment, Equivalent G.4 31 Miscellaneous, Provisions T 88 • Notice, Giving T.1 88 Notice of Award, definition of A.23 3 Notice of Acceptability of Project O.12.a 71 Notice to Proceed, definition of A.24 3 Notice to Proceed C.3 8 "Or -Equal" items G.4.a 31 ' Other Contractors, Work by Others H 43 Other Work H 43 Overtime Work, Prohibition of G.2.a 30 t Owner, definition of A.25 3 Owner May Correct Defective Work N.9 66 Owner May Stop Work N.5 65 Owner May Suspend Work, Terminate P.1, P.2 79,80 Owner's Duty to Execute Change Orders I.6 45 Owner's Liability Insurance F.2.a. 19 ' Owner's Representative J.1 46 Owner's Responsibilities I 45 Partial Utilization, definition of A.26 3 Partial Utilization O.9 69 Partial Utilization, Property Insurance F.4.b 25 ' Partial Waiver of Liens O.5 66 Patent Fees and Royalties G.6 34 Payment Request, definition of A.27 3 I Payment Request, Final O.1 68 Payment Request, Progress O.2 68 Payments to Contractor and Completion O 68 Payments, Recommendation of O.7 71 Payments to Contractor O 68 I`� I Iv r Payments to Contractor, when due Payments to contractor, withholding Payments, Reporting and Invoicing Cost -of -Work 0.4 Payments, Unit Prices 0.3 Performance, Bonds F.1.a Permits G.7 Physical Conditions E.2 Physical Conditions, Engineer's Review E.2.d Physical Conditions, Existing E.2.b Structures Physical Conditions, Exploration and Reports Physical Conditions, Possible Document Change Physical Conditions, Price and Time Adjustment Physical Conditions, Report to Differing Conditions Physical Conditions, Underground Facilities Pre -Construction Conference Preliminary Matters Premises, Use of Price, Change in Contract Price, contract, definition of Progress Payment, Applications for Progress Payment, Review of Applications Progress Schedule Project, definition of Project Representative Project Starting Property Insurance Property Insurance - Partial Utilization Protection, Safety and Provide 0.7.b, 0.12.a 0.7.d Recommendation of Payment Record Documents Reference Points Regulations, Laws and Rejecting Defective Work Related Work at Site Remedies Not Exclusive Removal or Correction of Defective Work Resident Engineer Resident Project Representative, definition of Resident Project Representative C.5 F.2 E.2.a E.2.e E.2.f E.2.c E.3 C.6 C G.10 L A. 10 0.2 0.7 .b(1), 0.1 A. 28 J.3 C.4 a,F.2.a.(5) F.4.b. G.12 A.29 0.7.a, 0.11 G.11 E.4 G.8 3.6 11.1 T.3.b N.6 A,31 A. 30 3.3 71,76 72 70 70 18 35 14 15 14 14 15 15 15 16 9 36 52 2 68 71 9,68 3 46 8 19,20 25 37 4 71,76 37 17 35 47 43 88 65 4 4 46 I I L. I H I 1 I1 I C I I I I I I vi I 7 H Responsibilities, Contractor's Responsibilities, Engineer's Responsibilities, Owner's ' Retainage Reuse of Documents Rights of Way Royalties, Patent Fees and ' Safety and Protection Samples, and Drawings ' Schedule of Shop Drawing Submissions Schedule of Values Schedule of Progress C.5,C.6,C.7,G.3,G Schedules, Finalizing ' Shop Drawings and Samples Shop Drawings, definition of Shop Drawings, Use for Substitutions '• Site, Visits to by Engineer Specifications, definition of Specifications and Drawings Starting Construction, Before Starting the Project Stopping Work, by Contractor Stopping Work, by Owner Subcontractor, definition of Subcontractors - in General Subcontractors, Required Provisions Substitute or "Or -Equal" Items Substantial Completion, Statement of Substantial Completion, definition of Subsurface Conditions ' Supplemental Costs Supplementary Conditions, definition of Supplementing Contract Documents ' Suppliers, definition of Surety, consent to payment Surety, Engineer's Duties ' Surety, Notice of changes Surety, Qualification of Suspending Work, by owner Suspension of work and Termination ' Superintendent, Contractor's Supervision and Superintendent ' Taxes Termination, by Contractor Termination, by Owner Termination, Suspension of Work Tests and Observations Time, Change of Contract Time, Computation of ' Time, Contract, definition of Titles and Headings I G 29 J 41 I 45 O.2.d 69 D.3 12 E.1 14 G.6 34 G.12 37 G.14 39 C.5.b, O.1 9,68 C.5.b.(3),O.1 9,68 14,P.2.a.(6) 8,9,10,31,39,81 C.7 10 G.11, G.14 37,39 A.32 4 G.4.a 31 J.2 46 A.33 4 B.5 7 C.5, C.6 8,9 C.4 8 P.3 82 N.5 65 A.34 4 G.5.a 33 F.6., G.5.a 28,33 G.4 31 O.8 73 A.35 4 E.2.a, E.3 14,16 L.4.a.(5) 54 A.36 4 D.2 12 A.37 4 O.11 76 J.10.a 49 K.5 51 F.1 18 P.l.a 79 P 79 G.1.b 29 G.1 29 G.9 36 P.3 82 P.2 80 P 79 N.3 63 M 60 T.2 88 A.11 2 D.5 123 I vii Unavoidable Delays M.2.b 61 Uncovering Work N.4 64 Underground Facilities, definition of A.38 5 Underground Facilities, Not Indicated E.3.b 16 Underground Facilities, Protection of E.3.a.(2),G.12 16,37 Underground Facilities, Indicated E.3.a 16 Unforseen Physical Conditions E.3 16 Unit Price Work, definition of A.39 5 Unit Price Work, general L.7,O.1,O.3,O.7,c 58,63,65,67 Unit Prices L.3.a, 0.3 52,65 Unit Prices, Adjustment of L.5.b 57 Use of Premises G.10 36 Utility Owners G.7,G.12.a.(3),H.1 35,37,43 Values, Schedule of 0.1 68 Variations in Work, Authorized G.14.b,G.13,J.5 39,38,42 Visits to Site - by Engineer 3.2 46 Waiver of Claims, on Final Payment 0.14 78 Waiver of Rights F.6 28 Warranty and Guarantee N.1 63 Warranty of Title, Contractor's 0.6 66 Work, Access to N.2 63 Work by Others H 43 Work, Cost -of- L.4 53 Work, Continuing During Disputes G.15 40 Work, definition of A.40 5 Work Directive Change, definition of A.41 5 Work Directive Change D.2.a.(3) 12 Work, Neglected by Contractor N.9 66 Work, Stopping by Contractor P.3 82 Work, Stopping by Owner P.1, P.2 79,80 Written Amendment, definition of A.42 5 Written Amendment D.2,X.1,L.1,M.1 12,50,52,60 I I I I GENERAL CONDITIONS A. Definitions ' Whenever used in these General Conditions or in the other Contract Documents, the following terms have the meanings indicated which are applicable to both the singular and ' plural thereof: 1. Addenda - Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the ' Bidding Documents or the Contract Documents. 2. Agreement - The written agreement between Owner and ' Contractor covering the work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. ' 3. "As directed", "as permitted", "reviewed", or words of similar import mean the direction, requirements, or permission of the Engineer, unless stated otherwise. ' 4. "As shown", "as indicated", "as detailed", or words of similar import refer to the Contract Drawings unless ' stated otherwise. 5. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the work ' to be performed. 6. Bidder - Any person, partnership, corporation, association, or affiliation submitting a bid for the work. 7. Bonds - Bid, performance, and labor and material bonds ' and other instruments of security. 8. Change Order - A document recommended by Engineer, which is signed by the Contractor and the Owner authorizing an addition, deletion or revision in the work, or an adjustment in the contract price or the contract time, issued on or after the effective date of the Agreement. L] I 1 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph A continued 9. Contract Documents - The Agreement, Addenda (which pertain to the Contract Documents), Contractor's Bid (including documentation accompanying the Rid and any post -Rid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Bonds, these General Conditions, Conditions of Contract, the Specifications, the Plans and/or Drawings as the same are more specifically identified in the Agreement, together with all amendments, modifications, and supplements issued on or after the execution of the Agreement. 10. Contract Price - The moneys payable by Owner to Contractor under the Contract Documents as stated in the Agreement. 11. Contract Time - The number of days (computed as provided in paragraph T.2) or the date stated in the Agreement for the completion of the work. 12. Contractor - The person, firm or corporation with whom ' Owner has entered into the Agreement. 13. Day - A calendar day of twenty-four hours measured from midnight to the next midnight. 14. Defective - An adjective which when modifying the word work refers to work that is faulty or deficient, or does not conform to the Contract Documents, or does not meet the requirements of any observation, reference standards test or review referred to in the Contract Documents, or has been damaged prior to Engineer's recommendation of final payment (unless responsibility for the protection thereof has been assumed by Owner at Substantial Completion). 15. Drawings and/or Plans - The drawings and/or plans which show the character and scope of the work to be performed and which have been prepared or reviewed by the Engineer and are referred to in the Contract Documents. 16. Effective date of the Agreement - The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 17. Engineer - The firm of RJN Environmental Associates, ' Inc., Consulting Engineers, Dallas, Texas, acting through its authorized representatives. General Conditions 2 City of Fayetteville Sanitary Sewer Improvements I I I I G L1 I I I H H C I I I I S Paragraph A continued 18. Field order - A written order issued by Engineer which orders minor changes in the work in accordance with paragraph 3.5 but which does not involve a change in the contract price or the contract time. 19. Final Acceptance - The date when the construction of the project is complete in accordance with the Contract Documents so that the entire project can be utilized for purposes for which it is intended and all monies due the Contractor have been paid him in the final payment estimate. 20. General Requirements - Sections of the Specifications. 21. Construction Observer - The authorized representative of Engineer who is assigned to the site or any part thereof. 22. Laws and Regulations; Laws or Regulations - Laws, rules, regulations, ordinances, codes and/or orders. 23. Notice of Award - The written notice by Owner to the apparent successful Bidder stating that upon compliance by the apparent successful Bidder with the conditions precedent enumerated therein, within the time specified, Owner will sign and deliver the Agreement. 24. Notice to Proceed - A written notice given by Owner to Contractor (with a copy to Engineer) fixing the date on which the Contractor Time will commence to run and on which Contractor shall start to perform his obligation under the Contract Documents. 25. Owner - The public body or authority, corporation, association, partnership, or individual with whom Contractor has entered into the Agreement and for whom the work is to be provided. 26. Partial Utilization - Placing a portion of the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 27. Payment Request - The form reviewed by the Engineer which is to be used by contractor in requesting progress or final payment and which is to include such supporting documentation as is required by the Contract Documents. 28. Project - The total construction of which the work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 3 General Conditions City of Fayetteville Sanitary Sewer Improvements H Paragraph A continued 29. Provide - means "furnish and install". 30. Resident Project Representative - the authorized representative of Engineer who is assigned tc the site or any part thereof. 31. Resident Engineer - The authorized representative of the ' Engineer who is assigned to the overall project and may have engineering personnel responsibility. 32. Shop Drawings - All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by Contractor, a Subcontractor, manufacturer, fabricator, supplier or distributor to illustrate same portion of the work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a manufacturer, fabricator, supplier or distributor and submitted by Contractor to illustrate material or equipment for some portion of the ' work. 33. 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. 34. Subcontractor - An individual, firm or corporation having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the work at the site. 35. Substantial Completion - The work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer as evidenced by his definitive Statement of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the work (or specified part) can be utilized far the purposes for which it was intended; or if there be no such statement issued, when final payment is due in accordance with paragraph O.8. The terms "substantially complete" and "substantially completed" as applied to any work refer to Substantial Completion thereof. 36. Supplementary Conditions - The part of the Contract Documents which amends or supplements these General Conditions. 37. Supplier - A manufacturer, fabricator, supplier, distributor, materialman or vendor. General Conditions 4 City of Fayetteville Sanitary Sewer Improvements U I L C I I I] I C [J [1 I 1 Paragraph A continued 38. Underground Facilities - All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials; electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. 39. Unit Price Work - Work to be paid for on the basis of unit prices. 40. Work - The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction, all as required by the Contract Documents. 41. Work Directive Change - A written directive to Contractor, issued on or after the Effective Date of the Agreement and signed by Owner and recommended by Engineer, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph E.2 or E.3 or to emergencies under paragraph G.13. A Work Directive Change may not change the Contract Price or the Contract Time, but is evidence that the parties expect that the change directed or documented by a Work Directive Change will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time as provided in paragraph L and M. 42. Written Amendment - A written amendment of the Contract Documents, signed by Owner and Contractor on or after the Effective Date of the Agreement and normally dealing with the nonengineering or nontechnical rather than strictly Work -related aspects of the Contract Documents. General Conditions City of Fayetteville Sanitary Sewer Improvements I B. Contract Documents: Definitions 1. General The Contract Documents comprise the following general 1 classifications of documents, including all additions, deletions, and modifications incorporated therein before the execution of the Agreement: Bidding Documents Contractual Documents Conditions of the Contract Specifications Drawings and/or Plans ' 2. Bidding Documents The Bidding Documents issued by the Owner to assist Bidders in preparing their Bids include: a. Invitation to Bid bound herewith. b. Instructions to Bidders bound herewith. C. The Bid which is the offer of a Bidder to perform the work described in the Contract Documents, made out and submitted cn the prescribed Bid form bound herewith, properly signed and guaranteed. d. Any Addenda issued during the time of Bidding, or forming a part of the Contract Documents used by the Bidder for the preparation of his Bid, shall be covered in the Bid, and shall be made a part of the contract. Receipt of each Addendum shall be acknowledged in the Bid. 3. Contractual Documents a. Agreement The Agreement covers the performance described in the Contract Documents, supplemental Addenda thereto and all special provisions pertaining to the materials therefor. The Agreement f herewith. of the work including all general and work or ora, is bound I General Conditions 6 City of Fayetteville Sanitary Sewer Improvements Paragraph B continued b. Bonds (1) Arkansas Statutory Performance and Payment Bond. 4. conditions of the Contract a. General Conditions of the Contract bound herewith and of which this paragraph is a part. b. Supplementary Conditions of this Contract bound herewith. C. Federal/State laws and regulations applicable to this Contract and bound herewith. d. Wage requirements applicable to this Contract and bound herewith. 5. Specifications and Drawings a. Contract Specifications bound herewith, which are listed in the table of contents for these Contract Documents. b. Contract Drawings including but not limited to those listed in the drawing index of the Contract Drawings. fl U 7 General Conditions ' City of Fayetteville Sanitary Sewer Improvements r C. Preliminary Matters 1. Delivery of Bonds When Contractor delivers the executed Agreements to Owner, Contractor shall also deliver to Owner such Bonds as Contractor may be required to furnish in accordance with paragraph F.1. 2. Copies of Documents Owner shall furnish to Contractor up to five copies (unless otherwise specified) of the Contract Documents. Additional copies will be furnished, upon request, at the cost of reproduction. 3. Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the thirtieth day after the Effective Date of the Agreement, or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within thirty (30) days after the Effective Date of the Agreement. 4. Starting the Project a. Contractor shall start to perform the work within ten (10) calendar days frort the date when the Contract Time commences to run, but no work shall be done at the site prior to the date on which the Contract Time commences to run. b. The Contractor shall notify the Owner in writing 48 hours before starting work at the site of the work or his intentions to do so. In case of a temporary suspension of work, he shall give reasonable notice before resuming work. 5. Before Starting Construction a. Before undertaking each part of the work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error or discrepancy which Contractor may discover and shall obtain a written ' interpretation or clarification from Engineer before proceeding with any Work affected thereby; however, Contractor shall not be liable to Owner or Engineer General Conditions 8 City of Fayetteville Sanitary Sewer Improvements I Paragraph C.5.a continued for failure to report any conflict, error or discrepancy in the Contract Documents, unless Contractor had actual knowledge thereof or should reasonably have known thereof. ' b. Within ten (10) days after the effective date of the Agreement (unless otherwise specified), Contractor shall submit to Engineer for review: J I I I I I C 1J I I L L I (1) An estimated progress schedule indicating the starting and completion dates of the various stages of the Work. (2) A preliminary schedule of Shop Drawing submissions. (3) A preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of work which will be confirmed in writing by Contractor at the time of submission. c. Before a Notice to Proceed will be issued Contractor shall deliver to Owner, with a copy to Engineer, certificates (and other evidence of insurance requested by Owner) of insurance which Contractor is required to purchase and maintain. 6. Pre -Construction Conference Within twenty (20) days after the effective date of the Agreement, but before Contractor starts the work at the site, a conference will be held for review of the schedules referred to in paragraph C.5.b, to establish procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the work. 9 General Conditions City of Fayetteville Sanitary Sewer Improvements Finalizing At least ten (10) days before submission of the first Application for Payment a conference attended by Contractor, Engineer and others as appropriate will be held to finalize the schedules submitted in accordance with paragraph C.5.b. The finalized progress schedule will provide an orderly progression of the work to completion within the Contract Time, but review by the Engineer will neither impose on Engineer responsibility for the progress or scheduling of the work nor relieve Contractor from full responsibility therefore. The finalized schedule of Shop Drawing submissions will provide a workable arrangement for processing the submissions. The finalized schedule of values will be reviewed by the Engineer as to form and substance. Conditions Fayetteville Sewer Improvements D. Contract Documents: Intent and Reuse 1. Intent a. The Contract Documents comprise the entire Agreement between owner and Contractor concerning the work. The Contract Documents will be construed in accordance with the law of the place of the Project. b. It is the intent of the Specifications and Drawings ' tc describe a complete project (or part thereof) to be constructed in accordance with the Contract Documents, Any work that may reasonably be inferred from the Specifications or Drawings as being required to produce the intended result shall be supplied whether or not it is specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment such words shall be interpreted in accordance with such meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the code of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual or code in effect at the time of opening of Bids (or, on the effective date of the Agreement if there were no Bids), except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall change the duties and responsibilities of Owner, Contractor or Engineer, or any of their agents or employees from those set forth in the Contract Documents, nor shall it be effective to assign to Engineer, or any of Engineer's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the work or any duty or authority to undertake responsibility contrary to the provisions of paragraph J._0.c or J.10.d. Clarifications and interpretations of the Contract Documents shall be issued by Engineer. c. If, during the performance of the work, Contractor finds a conflict, error or discrepancy in the Contract Documents, Contractor shall so report to Engineer in writing at once and before proceeding with the work affected thereby shall obtain a written interpretation or clarification from Engineer; however, Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof or should reasonably have known thereof. 11 General Conditions City of Fayetteville Sanitary Sewer Improvements Li ' Paragraph D continued 2. Amending and Supplementing Contract Documents a. The Contract Documents may be amended to provide for additions, deletions and revisions in the work or to modify the terms and conditions thereof in one or more of the following ways: (1) A formal written amendment. ' (2) A Change Order (pursuant to paragraph K.4). (3) A work directive change (pursuant to paragraph 'K.1). Contract Price and Contract Time may only be changed ' by a Change Order or a written amendment as indicated in paragraphs L.2 and 14.1. 1 b. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the work may be authorized by: (1) Field Order (pursuant to paragraph 3.5). (2) Engineer's review of a Shop Drawing or sample (pursuant to paragraphs G.14.b.(1) or G.14.d). (3) or Engineer's written interpretation or ' clarification (pursuant to paragraph J.4). 3. Reuse of Documents I Neither Contractor nor any Subcontractor, or Supplier or other person or organization performing or furnishing any of the work under a direct or indirect contract with Owner shall have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer; and they shall not reuse any of them on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer. 4. Discrepancies and Omissions a. Should anything which is necessary for a clear ' understanding of the work be omitted from the Contract Documents, or should it appear that various instructions are in conflict, the Contractor shall secure written instructions from the Engineer before proceeding with the work affected by such omissions or discrepancies. General Conditions 12 1 City of Fayetteville Sanitary Sewer Improvements I 5. Paragraph D.4 continued b. In resolving inconsistencies among two or more sections of the Contract Documents, precedence shall be given in the following order: First Agreement Second Laws and Regulations Third Supplementary Conditions Fourth General Conditions Fifth Specifications Sixth Contract Drawings C. Figured dimensions on Plans shall take precedence over scale dimensions. Detailed Plans in the Documents shall take precedence over general Plans. Titles and Headings a. The titles and headings printed on the Contract Drawings, in the General Conditions, in the Contract Specifications, and elsewhere in the Contract Documents are inserted for convenience and reference only, and shall not be taken or considered as having any bearing on the interpretation thereof. b. Separation of the Cant Divisions and Sections Engineer an arbiter to between the Contractor trades. ract Specifications into shall not operate to make the establish limits of work and Subcontractors, or between 13 General Conditions City of Fayetteville Sanitary Sewer Improvements C I L I I I I I I C I I L_ C I I I E. Availability of Lands; Physical Conditions; Reference Points ' 1. Availability of Lands Owner shall furnish, as indicated in the Contract Documents, the lands upon which the work is to be ' performed, rights -of -way for access thereto, and such other lands which are designated for the use of Contractor. Easements for permanent structures or '• permanent changes in existing facilities will be obtained and paid for by Owner, unless otherwise provided in the Contract Documents. If Contractor believes that any delay in Owner's furnishing these lands, rights -of -way or ' easements entitles Contractor to an extension of the Contract Time, Contractor may make a claim thereof as provided in Paragraph M. Contractor shall provide for ' all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 2. Physical Conditions a. Explorations and Reports Reference is made to the Instructions to Bidders for identification of those reports of explorations and tests of subsurface conditions at the site that have been utilized by Engineer in preparation of the Contract Documents. Contractor may rely upon the accuracy of the technical data contained in such ' reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for Contractor's purposes. ' Except as indicated in the immediately preceding sentence and in paragraph E.2.f, Contractor shall have full responsibility with respect to subsurface ' conditions at the site. b. Existing Structures Reference is made to the Instructions to Bidders for identification of those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities referred to in paragraph E.3) which are at or contiguous to the site that have been utilized by ' Engineer in preparation of the Contract Documents. Contractor may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for Contractor's purposes. Except as indicated in the immediately General Conditions 14 City of Fayetteville Sanitary Sewer Improvements I Paragraph E.2.b continued preceding sentence and in paragraph E.2.f, Contractor shall have full responsibility with respect to physical conditions in or relating to such structures. c. Report of Differing Conditions If contractor believes that any technical data on which Contractor is entitled to rely as provided in paragraphs E.2.a and E.2.b is inaccurate, or any physical condition uncovered or revealed at the site differs materially from that indicated, reflected or referred to in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before performing any work in connection therewith (except in an emergency as permitted by paragraph G.13), notify owner and Engineer in writing about the inaccuracy or difference. L C I I I I d. Engineer's Review I Engineer will promptly review the pertinent conditions, determine the necessity of obtaining additional explorations or tests with respect thereto and advise owner in writing (with a copy to Contractor) or Engineer's findings and conclusions. e. Possible Document Change if Engineer concludes that there is a material error in the Contract Documents or that because of newly discovered conditions a change in the Contract Documents is required, a Work Directive Change or a Change Order will be issued as provided in Paragraph K to reflect and document the consequences of the inaccuracy or difference. f. Possible Price and Time Adjustments In each such case, an increase or decrease in the Contract Price or an extension or shortening of the Contract Time, or any combination thereof, will be allowable to the extent that they are attributable to any such inaccuracy or difference. If Owner and Contractor are unable to agree as to the amount or length thereof, a claim may be made therefore as provided in Paragraph L and M. 15 General Conditions City of Fayetteville Sanitary Sewer Improvements I i I I I LJ I I I I I I ' Paragraph E continued 3. Physical Conditions - Underground Facilities a. Shown or Indicated The information and data shown or indicated in the ' Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to Owner ' or Engineer by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: ' (1) Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data; and, ' (2) Contractor shall have full responsibility for reviewing and checking. all such information and ' data, for locating all underground facilities shown or indicated in the Contract Documents, for coordination of the work with the owners of such underground facilities during construction, for safety and protection thereof and repairing any damage thereto resulting from the work, the cost of all of which will be considered as having been ' included in the contract price. b. Not Shown or Indicated I I I I I I If an underground facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents and which Contractor could not reasonably have been expected to be aware of, Contractor shall, promptly after becoming aware thereof and before performing any work affected thereby (except in an emergency as permitted by paragraph G.13), identify the owner of such underground facility and give written notice thereof to that owner and to Owner and Engineer. Engineer will promptly review the underground facility to determine the extent to which the Contract Documents should be modified to reflect and document the consequences of the existence of the underground facility, and the Contract Documents will be amended or supplemented to the extent necessary. During such time, Contractor shall be responsible for the safety and protection of such underground facility as provided in paragraphs G.12.a and G.12.b. Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, to the extent that they are attributable to the existence of General Conditions City of Fayetteville Sanitary Sewer Improvements 16 I Paragraph E.3.b continued any underground facility that was not shown or indicated in the Contract Documents and which Contractor could not reasonably have been expected to be aware of. If the parties are unable to agree as to the amount or length thereof, Contractor may make a claim therefore as provided in Paragraphs L and M. 4. Reference Points Owner shall provide engineering surveys for construction I to establish reference points which in his judgment are necessary to enable Contractor to proceed with the work (unless otherwise specified), Contractor shall be responsible for laying out the work shall protect and preserve the established reference paints, and shall make no changes or relocations without the prior written approval of Owner. Contractor shall report to Engineer whenever any reference point is lost, destroyed, or requires relocation because of necessary changes in grades or locations, and shall be responsible for replacement or relocation of such reference points by professionally qualified personnel. I 1 I I I I J I 17 General Conditions City of Fayetteville Sanitary Sewer Improvements I F. Bonds and Insurance 1. Performance and Other Bonds ' The Contractor shall, at the time he executes the Agreement, furnish bonds payable to the Owner in the form ' of bonds set forth herein, secured by a surety company acceptable to the Owner, as follows: a. Arkansas Statutory Performance and Payment Bond in an ' amount equal to 100 percent of the total contract price conditioned upon the faithful performance of all covenants and stipulations under the contract and holding good for a period of two years after the date when final payment becomes due, except as otherwise provided by law or regulation or by the Contract Documents to protect the Owner against the results of defective materials, workmanship, and equipment during that time. b. It is the responsibility of the Contractor to notify all surety companies and other signers of any of the bonds listed above, to familiarize themselves with ' all of the conditions and provisions of this Contract. All surety companies and other signers shall waive their right of notification by the Owner of any change or modification of this Contract, or of decreased or increased work, or of the cancellation of this Contract, or of any other acts by the Owner or its authorized employees or agents under the terms of this Contract. The waiver by the surety companies ' and other signers shall in no way relieve the surety companies and other signers of their obligations ' under this Contract. c. If the Surety on any Bond furnished by Contractor is declared bankrupt, or becomes insolvent, or its right Ito do business is terminated in any state where any part of the Project is located, or it ceases to meet the requirements herein, Contractor shall within five days thereafter substitute another Bond and Surety, both of which shall be acceptable to Owner. d. All Bonds shall be in the forms prescribed by law or ' regulation or by the Contract Documents and be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. 1 General Conditions 18 City of Fayetteville Sanitary Sewer Improvements Paragraph F.1 continued 2. Contractor's Liability Insurance a. The Contractor shall obtain, purchase, and maintain throughout the duration of the contract, including all excepted time extensions, all insurance coverages described below. The Contractor shall purchase from and maintain in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located, such insurance as will protect the contractor from claims set forth below which may arise out of or result from the Contractor's operations under the Contract, and for which the Contractor may be legally liable, whether such operations be by the Contractor or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (1) claims under workers' or workmens' compensation, disability benefit and other similar employee benefit acts which are applicable to the Work to be performed; (2) claims for damages because of bodily injury, occupational sickness or disease, or death of the Contractor's employees; (3) claims for damages because of bodily injury, sickness or disease, or death of any person other than the Contractor's employees; (4) claims for damages insured by usual personal injury liability coverage which are sustained (1) by a person as a result of an offense directly or indirectly related to employment of such person by the Contractor, or (2) by another person; (5) claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting therefrom; 1 [1 H 19 General Conditions City of Fayetteville Sanitary Sewer Improvements I I I H I 1 I I I 1l I I I I I I I I Paragraph F.2 continued (6) claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of any motor vehicle; and (7) claims involving contractual liability insurance applicable to the Contractor's obligations under Paragraph G.16. b. The insurance required by Subparagraph F.2.a shall be written for not less than limits of liability specified in the Contract Documents, Supplemental Conditions, or required by law, whichever coverage is greater. Coverages, whether written on an occurrence or claims -made basis, shall be maintained without interruption from date of commencement of the work until date of final payment and termination of any coverage required to be maintained after final payment. Notwithstanding the above, the insurance required by paragraph F.2 shall be on an occurrence basis. Such insurance shall be written to include the following coverages and for not less than the following minimum limits or greater if required by law: (1) Worker's Compensation, Occupational Disease and Employer's Liability Insurance: (a) State: (in which this contract is performed) - Statutory limits. (b) Applicable Federal (if any) - Statutory limits. (c) Employer's Liability - if applicable in state Bodily Injury by Accident - $500,000 each accident Bodily Injury by Disease - $500,000 each employee Bodily Injury by Disease - $500,000 each policy limit General Conditions City of Fayetteville Sanitary Sewer Improvements 20 I Paragraph P.2.b continued (2) Commercial General Liability Tnsurance including as minimun coverages: - Premises - Operations Liability Independent Contractor's Protective Liability - Products and Completed Operations Liability - Broad Form Property Damage Endorsement - Blanket Contractual L Personal Injury, with Employment Exclusion deleted (a) Special Requirements: i. Property Damage Liability Insurance will provide "X, C, and U" (Explosion, collapse and underground hazard) coverage as applicable. ii. Products and Completed Operations to be maintained for (2)* years after final payment. iii. The owner, engineer, their consultants, ' agents and employees, shall be named as "additional insureds" on the commercial general liability policy of the general contractor and/or subcontractor of any tier. (b) Limits of Liability: 1 $1,000,000 Each occurrence as respects Bodily Injury Liability or Property Damage Liability, or both combined. ' $2,000,000 General Aggregate $'_,000,000 Products/Completed ' Operations Aggregate $1,000,000 Personal and Advertising , Injury (3) Automobile Liability Insurance: (a) Special Requirements: i. All owned, hired, and nonowned vehicles including the loading or unloading thereof. ' 21 General Conditions City of Fayetteville Sanitary Sewer Improvements ' I Paragraph F.2.b continued ii. The owner, engineer, their consultants, agents and employees, shall be named as "additional insureds" on the commercial automobile liability policy of the general contractor and/or subcontractor 'of any tier. (b) Limits of Liability: ' $1,000,000 Each occurrence as respects Bodily Injury Liability or Property ' Damage Liability, or both combined. ' (4) Owner's and Contractor's Protective Liability Insurance: The Contractor will furnish and maintain this separate policy during the entire period of construction an Owner's Protective Liability Policy written in the name of the owner, ' engineer, and engineer's consultants, with the following limits of liability: ' Limits of Liability $1,000,000 Each occurrence as respects Bodily Injury Liability or Property Damage Liability, or both combined. $2,000,000 General Aggregate I(S) Umbrella/Excess Liability Insurance: Limits of Liability ' $5,000,000 Each Occurrence (minimum) $5,000,000 Aggregate (minimum) ' c. Certificates of Insurance for the above coverages and the Owner's Protective Policy shall be submitted to the Engineer for transmittal to the Owner for his ' approval prior to the start of construction. The Contractor shall certify to the Owner that he has obtained or will obtain similar certificates of insurance from each of his Subcontractors before ' their work commences. Each Subcontractor must be covered by insurance of the same character and in the same amounts as the Contractor unless the Contractor ' and Owner agree that a reduced coverage is adequate. General Conditions 22 City of Fayetteville 'Sanitary Sewer Improvements I Paragraph F.2.c continued Each subcontractor's insurance shall cover the Owner, Engineer, their agents and employees. The Contractor shall submit a statement with each monthly affidavit stating that he has obtained certificates of insurance, or other satisfactory evidence, that all required insurance is in force for each of the Subcontractors listed on his affidavit. :f the "additional insureds" have other insurance which is applicable to the loss, it shall be on an excess or contingent basis. The amount of the company's liability under this policy shall not be reduced by the existence of such other insurance. Contractors certificates shall be in duplicate on standard Acord forms. Certificate of insurance shall contain a statement therein or a rider attached thereto incorporating the indemnity clause stated in Paragraph G.16 (Indemnification) of the General Conditions, and including the changes and additions made in those subparagraphs or within the Supplemental General Conditions. These Certificates and the insurance policies required by this Paragraph F.2 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days' prior written notice has been given to the Owner and Engineer. If any of the foregoing insurance coverages are required to remain in force after final payment and are reasonably available, an additional certificate evidencing continuation of such coverage shall be submitted with the final Application far Payment. Information concerning reduction of coverage shall be furnished by the Contractor with reasonable promptness in accordance with the Contractor's information and belief. The obligations of the Contractor under the provisions of this article shall not extend to the liability of the Engineer, his agents or employees arising out of (1) the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs, or specifications, or (2) the giving of or the failure to give directions or instructions by the Engineer, his agents or employees to the extent that such giving or failure to give is the cause of the injury or damage. 23 General Conditions City of Fayetteville Sanitary Sewer Improvements I H I I I I I El I I I I I I C Paragraph F continued Owner's Liability Insurance a. The Owner shall be responsible for purchasing and maintaining the Owner's usual liability insurance. Optionally, the Owner may purchase and maintain other insurance for self-protection against claims which may arise from operations under the Contract. The Contractor shall not be responsible for purchasing and maintaining this optional Owner's liability insurance unless specifically required by the Contract Documents. Property Insurance a. Unless otherwise provided, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located, property insurance in the amount of the initial Contract Sum as well as subsequent modifications thereto for the entire Work at the site on a replacement cost basis without voluntary deductibles. Such property insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made as provided in Paragraph 0.12 or until no person or entity other than the Owner has an insurable interest in the property required by this Paragraph F.3 to be covered, whichever is earlier. This insurance shall include interests of the Owner, Engineer, the Contractor, Subcontractors and Sub -subcontractors in the Work. Property insurance shall be on all-risk policy form and shall insure against the perils of fire and flood and extended coverage and physical loss or damage including, without duplication of coverage, theft, vandalism, malicious mischief, collapse, false -work, temporary buildings and debris removal including demolition occasioned by enforcement of any applicable legal requirements, and shall cover reasonable compensation for Engineer's services and expenses required as a result of such insured loss. Coverage for other perils shall not be required unless otherwise provided in the Contract Documents. General Conditions City of Fayetteville Sanitary Sewer Improvements 3! I Paragraph F.4.a continued Property Insurance provided by Contractor shall not cover any tools, apparatus, machinery, scaffolding, hoists, forms, staging, shoring and other similar items commonly referred to as construction equipment, which may be on the site and the capital value of which is not included in the Work. The Contractor shall :Hake his own arrangements for any insurance he may require or. such construction equipment. If the Contractor does not intend to purchase such property insurance required by the Contract and with all of the coverages in the amount described above, the Contractor shall so inform the Owner in writing prior to commencement of the Work. The Owner may then effect insurance which will protect the interests of the Owner, Contractor, Subcontractors and Sub -subcontractors in the Work, and. by appropriate Change Order the cost thereof shall be charged to the Contractor. If the Owner is damaged by the failure or neglect of the Contractor to purchase or maintain insurance as described above, without so notifying the Owner, the Contractor shall bear all reasonable costs properly attributable thereto. M If the property insurance required minimum deductibles and such deductibles are identified in the Contract Documents, the Contractor shall pay costs not covered because of such deductibles. If the Owner or insurer increases the required minimum deductibles above the amounts so identified or if the Owner elects to purchase this insurance with voluntary deductible amounts, the Owner shall be responsible for payment of the additional casts not covered because of such increased or voluntary deductibles. If deductibles are not identified in , the Contract Documents, the Contractor shall pay costs not covered because of deductibles. The property insurance for the Work requires a maximum deductible of: $10,000 per claim. Partial Utilization - Property Insurance If Owner finds it necessary to occupy or use a portion or portions of the work prior to substantial completion of all the work, such use or occupancy may be accomplished in accordance with the provision for partial utilization; provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged 25 General Conditions City of Fayetteville Sanitary Sewer Improvements , I H C I I C I H I I H I L H I I I Paragraph F.4.b continued notice thereof and in writing effected the changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or lapse on account of any such partial use or occupancy. c. Boiler and Machinery Insurance The Contractor shall purchase and maintain boiler and machinery insurance required by the Contract Documents or by law, which shall specifically cover such insured objects during installation and until final acceptance or unless agreed otherwise by the Owner; this insurance shall include interests of the Owner, Contractor, Subcontractors and Sub -subcontractors in the Work, and the Owner and Contractor shall be named insureds. d. Loss of Use Insurance The Owner, at maintain suc against loss fire or othe h r the Owner's option, may purchase and insurance as will insure the Owner of use of the Owner's property due to hazards, however caused. e. If the Owner requests in writing that insurance for risks other than those described herein or for other special hazards be included in the property insurance policy, the contractor shall, if possible, include such insurance, and the cost thereof shall be charged to the Owner by appropriate Change Order. f. If during the Project construction period the Owner insures properties, real or personal or both, adjoining or adjacent to the site by property insurance under policies separate form those insuring the Project, or if after final payment property insurance is to be provided on the completed Project through a policy or policies other than those insuring the Project during the construction period, the Owner shall waive all right in accordance with the terms of Subparagraph F.4.h for damages caused by fire or other perils covered by this separate property insurance. All separate policies shall provide this waiver of subrogation by endorsement or otherwise. General Conditions City of Fayetteville Sanitary Sewer Improvements Paragraph 1.4 continued g. Before an exposure to less -T.ay occur, the Contractor shall file with the Owner a copy of each policy that includes insurance coverages required by the Paragraph F.4. Each policy shall contain all generally applicable conditions, definitions, exclusions and endorsements related to this Project. Each policy shall contain a provision that the policy will not be canceled or allowed to expire until at least 30 days prior written notice has been given to ' the Owner. h. Waivers of Subrogation If permitted by the Owner's and Contractor's ' insurance companies, without penalties, the Owner and Contractor waive all rights against (1) each other and any of their Subcontractor, Sub -subcontractors, agents and employees, each of the other, and (2) the Engineer, Engineer's consultants, separate contractors if any, and any of their Subcontractors, Sub -subcontractors, agents and employees, for damages caused by fire or other perils to the extent covered by property insurance obtained pursuant to this Paragraph F.4 or other property insurance applicable to the Work, except such rights as they have to proceeds of such insurance held by the Owner as fiduciary. The Owner or Contractor, as appropriate, shall require of the Engineer, Engineer's consultants, separate contractors if any, and the Subcontractors, Sub -subcontractors, agents and employees of any of them, by appropriate agreements, written where legally required for validity, similar waivers each in favor of other parties enumerated herein. The policies shall provide such waivers of subrogation by endorsement or otherwise. A waiver of subrogation shall be effective as to a person or entity even though that person or entity would otherwise have a duty of indemnification, contractual or otherwise did not pay the insurance premium directly or indirectly, and whether or not the person or entity had an insurable interest in the property damaged. i I [] 27 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph F continued ' 5. Miscellaneous Requirements a. All insurance coverage shall be provided by insurance companies having policy holder ratings no lower than ' "A" and financial ratings not lower than "XII" in the Best's Insurance Guide, latest edition in effect as of the date of the Contract. b. The Contractor is responsible for determining that Subcontractors are adequately insured against claims arising out of or relating to the Work. The premium cost and charges for such insurance shall be paid by each Subcontractor. t c. The limits of liability as stated, may be arrived at using a Split -Limit or a Combined Single Limit basis. However, the total limit of lability shall not be less than that stated in the requirements. 6. Notification of Insurance Companies 1 It is the responsibility of the Contractor to notify all insurance companies to familiarize themselves with all of the conditions and provisions of this Contract. The insurance companies shall waive their right of notification by the Owner of any change or modification of this Contract, or of decreased or increased work, or ' of the cancellation of this Contract, or of any other acts by the Owner or its authorized employees or agents under the terms of this Contract. The waiver by the insurance companies shall in no way relieve the insurance ' companies of their obligations under this Contract. 7. Subcontractor Bond The contractor must secure from listed subcontractors a payment and performance bond if subcontractor bid is in excess of fifty thousand dollars ($50,000); and for other purposes as prescribed in Arkansas Senate Bill, Act 190 as engrossed 1/28/93. I I I ' General Conditions 28 City of Fayetteville Sanitary Sewer Improvements C Contractor's Responsibilities Supervision and Superintendent a. Contractor shall supervise and direct the work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but Contractor shall not he solely responsible for the negligence of others in the design or selection of a specific means, method, technique, sequence or procedure of construction which is indicated in and required by the Contract Documents. Contractor shall be responsible to see that the finished work complies accurately with the Contract Documents. b. Contractor shall keep on the work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. The superintendent will be Contractor's representative at the site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to Contractor. c. During the performance of this Contract, the Contractor shall maintain a suitable office at the site of the work which shall be the headquarters of the forenan or superintendent authorized to receive drawings, instructions, or other communications, articles, or things from the Owner or its agents; and any such thing given to the said foreman or superintendent or delivered to the Contractor's office at the site of the work in his absence shall be deemed to have been given to the Contractor. The Contractor shall have a telephone installed in this office. 29 General Conditions City of Fayetteville Sanitary Sewer Improvements I U I I I I I H I I [1 I I [1 I [1 f L C C C C Hi. L C LJ [1 I I I E E I Paragraph G continued 2. Labor, Materials and Equipment a. Contractor shall provide competent, suitably qualified personnel to survey and lay out the work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons, or the work, or property at the site or adjacent thereto, all work at the site shall be performed during regular working hours, and Contractor will not permit overtime work or the performance of work on Saturday, Sunday or any legal holiday without Owner's written consent given after prior written notice to Engineer. Regular working hours shall be a consecutive eight hour period between the hours of seven o'clock A.M. and six o'clock P.M., Monday through Friday. b. Unless otherwise specified in the General Requirements, Contractor shall furnish all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water and sanitary facilities, and all other facilities and incidentals necessary for the execution, testing, initial operation and completion of the work. c. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by Engineer, Contractor shall furnish evidence (including reports or required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any instructions will be effective to assign to Engineer, or any of Engineer's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the work or any duty or authority to undertake responsibility contrary to the provisions of paragraph J.10.c or J.l0.d. General Conditions City of Fayetteville Sanitary Sewer Improvements 30 Li Paragraph C continued 3. Adjusting Progress Schedule Contractor shall submit to Engineer for review (to the extent indicated in paragraph C.7) adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 4. Substitute or "Or -Equal" Items a. Whenever materials or equipment are specified or described in the Drawings or Specifications by using the name or a proprietary item of the name of a particular Supplier the naming of the item. is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other Suppliers may be reviewed by Engineer if sufficient information is submitted by Contractor to allow Engineer to determine that the material or equipment proposed is equivalent to that named. The procedure for review by Engineer will include the following as supplemented in the General Requirements. Requests for review of substitute items of material and equipment will not be reviewed by Engineer fron anyone other than Contractor. If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make written application to Engineer for review thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified. The application will state that the evaluation and review of the proposed substitute will not prejudice Contractor's achievement of Substantial Completion on time, whether or not review of the substitute for use in the work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified shall be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain 31 General Conditions City of Fayetteville Sanitary Sewer Improvements , L L 7 H I I L L I [1 I I Paragraph G.4 continued an itemized estimate of all costs that will result directly or indirectly for use of such substitute, including costs or redesign and claims of other contractors affected by the resulting change, all of which shall be considered by Engineer in evaluating the proposed substitute. Engineer may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. Engineer will be the sole reviewer, and no substitute will be ordered or installed unless Engineer has agreed to the use of the substitute in writing. Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. Contractor will not be entitled to a change in Contract Time and/or Contract Price for any additional expenses associated with providing substitutions or "or -equal" items. b. If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction to be reviewed by the Engineer, if Contractor submits sufficient information to allow Engineer to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedure for review by Engineer will be similar to that provided in paragraph G.4.a as applied by Engineer and as may be supplemented in the General Requirements. c. Engineer will be allowed a reasonable time within which to evaluate each proposed substitute. Engineer will be the sole reviewer, and no substitute will be ordered, as evidenced by either a Change Order or an approved Shop Drawing. Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. Engineer will record time required by Engineer and Engineer's consultants in evaluating substitutions proposed by Contractor and in making changes in the Contract Documents occasioned thereby. Whether or not Engineer reviews a proposed substitute, Contractor shall reimburse Owner for the charges of Engineer and Engineer's consultants for evaluating each proposed substitute. General Conditions City of Fayetteville Sanitary Sewer Improvements 32 I 5. Paragraph G continued Concerning Subcontractors, Suppliers and Others a. Contractor shall not employ any Subcontractor, Supplier or other person, or organization (including those reviewed by the Owner and Engineer as indicated in paragraph G.5.b), whether initially or as a substitute, against whom Owner or Engineer may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the work against whoa. Contractor has reasonable objection. b. If the Specifications require the identity of certain Subcontractors, Suppliers or other persons or organizations (including those who are to furnish the principal items of materials and equipment) to be submitted to Owner in advance of the specified date prior to the Effective Date of the Agreement for review by Owner and Engineer and if Contractor has submitted a list thereof in accordance with the Specifications, Owner's or Engineer's review (either in writing or by failing to make written objection thereto by the date indicated for review or objection in the bidding documents or the Contract Documents) of any such Subcontractor, Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case Contractor shall submit a substitute, the Contract Price will be increased by the difference in the cost occasioned by such substitution and an appropriate Change order will be issued or Written Amendment signed. No review by Owner or Engineer of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of Owner or Engineer to reject defective work. c. If the Bid requires the listing of Suppliers for certain equipment items, the Contractor will be required to provide a Supplier that conforms to the Specifications and performs adequately the functions and achieve the results called for by the general design. The Contractor will not be entitled to an increase in Contract Price or Contract Time if the listed Supplier does not conform to the Specifications. The Engineer and Owner will not accept or approve the listed Suppliers prior to the Effective Date of the Agreement. The Engineer's review of Suppliers shop drawings will determine general conformance to the Specifications and shall 33 General Conditions City of Fayetteville Sanitary Sewer Improvements I I I I Ij I I I I I I I I I I I I I [I I L I I I Paragraph G.5 continued 1 6. L L I I F not constitute a waiver of any right of Owner or Engineer to reject defective work. This paragraph waives the requirements in paragraph G.5.b. d. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractor, Suppliers and other persons and organizations performing or furnishing any of the work under a, direct or indirect contract with Contractor just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between Owner or Engineer and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of owner or Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. e. The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing the work among Subcontractors or Suppliers or delineating the work to be performed by any specific trade. f. All work performed for Contractor by a Subcontractor will be pursuant to an appropriate agreement between Contractor and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer and contains waiver provisions as required by paragraph F.6. Contractor shall pay each Subcontractor a just share of any insurance moneys received by Contractor on account of losses under policies issued pursuant to paragraph F.2.d. Patent Fees and Royalties Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the work or the incorporation in the work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the work, and if to the actual knowledge of owner or Engineer, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others. The existence of such rights shall be disclosed by Owner in the Contract General Conditions City of Fayetteville Sanitary Sewer Improvements 34 Li Paragraph G.6 continued ' Documents. Contractor shall indemnify and hold harmless the Owner, Engineer, and anyone directly or indirectly employed by either of then iron and against all claims, damages, losses and expenses (including attorneys' fees and court and arbitration costs) arising out of any infringement of patent rights or copyrights incident to the use in the performance of the work or resulting from the incorporation in the work of any invention, design, process, product, or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. 7. Permits ' Contractor shall obtain and pay for all construction permits and licenses unless otherwise stated. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governnental charges and construction observation fees necessary for the prosecution of the work, which are applicable at the time of opening of Bids, or if there are no Bids on the Effective Date of the Agreement. Contractor shall pay all charges of utility service companies for connections to the work, and Owner shall pay all charges of such companies for capital casts related thereto such as plant investment fees. 8. Laws and Regulations a. Contractor shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Engineer shall be responsible for monitoring Contractor's compliance with any Laws or Regulations. b. If Contractor observes that the Specifications or Drawings are at variance with any Laws or Regulations, Contractor shall give Engineer prompt written notice thereof, and any necessary changes will be authorized by one of the methods indicated in paragraph D.2. If Contractor performs any Work knowing or having reason to know that it is contrary to such Laws or Regulations, and without such notice to Engineer, contractor shall bear all casts arising therefrom; however, it shall not be Contractor's primary responsibility to make certain that the Specifications and Drawings are in accordance with such Laws and Regulations. 35 General Conditions City of Fayetteville Sanitary Sewer Improvements C Paragraph G continued 9. Taxes Contractor shall pay all sales, consumer, use and other similar taxes required to be paid by Contractor in ' accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. ' 10. Use of Premises a. Contractor shall confine construction equipment, the ' storage of materials, and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws ' and Regulations, rights -of -way, permits and easements, and shall not unreasonably encumber the premises with construction equipment, or other ' materials, or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of ' any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against Owner or Engineer by any such owner or occupant because of the performance of the Work, ' Contractor shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at law. Contractor shall, to ' the fullest extent permitted by Laws and Regulations, indemnify and hold Owner and Engineer harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, ' architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party against Owner or Engineer to the extent based on a claim arising out of Contractor's performance of the Work. b. During the progress of the work, Contractor shall keep the work site free from accumulations of waste 1 materials, rubbish, and other debris resulting from the work. At the completion of the work Contractor shall remove all waste materials, rubbish, and debris ' from and about the premises as well as all tools, appliances, construction equipment, and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by Owner. Contractor shall ' restore to their original condition those portions of the site not designated for alteration by the Contract Documents. ' General Conditions 36 ' City of Fayetteville Sanitary Sewer Improvements I Paragraph G.10 continued c. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the work or adjacent property to stresses or pressures that will endanger it. 11. Record Documents Contractor shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Directive Changes, Field Orders and written interpretations and clarifications (issued pursuant to paragraph J.4) in good order and annotated to show all changes made during construction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings will be available to Engineer for reference. Upon completion of the Work, these record documents, samples and Shop Drawings will be delivered to Engineer for Owner. 12. Safety and Protection a. Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury, or loss to: I L I I J J I I I (1) All employees on the work site and other persons who may be affected thereby. (2) All the work and all materials or equipment to be incorporated therein, whether in storage on or off the site. (3) Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, reiccation, or replacement in the course of construction. b. Contractor shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect then from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property Underground Facilities and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, 37 General Conditions City of Fayetteville Sanitary Sewer Improvements El El I I I I I I I I I I I I I I I I 1 II I I 111 I I H Paragraph G.12.b continued removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraph G.12.a.(1) or G.12.a.(3) caused, directly or indirectly, in whole or in part, by Contractor, any Supplier or any other person or organization directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor). Contractor's duties and responsibilities for the safety and protection of the work shall continue until such time as all the work is completed and Engineer has issued a notice to Owner and Contractor in accordance with paragraph 0.12 that the work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). c. Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 13. Emergencies In emergencies affecting the safety or protection of persons, the work, or property at the site or adjacent thereto, Contractor, without special instruction or authorization from Engineer or Owner, is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice of any significant changes in the work or deviations from the Contract Documents caused thereby. If Engineer determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Work Directive Change or Change Order will be issued to document the consequences of the changes or variations. General Conditions City of Fayetteville Sanitary Sewer Improvements H Paragraph C continued ' 14 Shop Drawings and Samples a. After checking and verifying all field measurements and after complying with applicable procedures specified in the General Requirements, Contractor shall submit to Engineer for review, in accordance with the Schedule of Shop ❑rawings, submissions which will bear a stamp or specific written indication that Contractor has performed Contractor's responsibilities under the Contract Documents with respect to the review of the submission. All submissions will be identified as Engineer may require. The data shown on the Shop Drawings will be complete with respect to dimensions, design criteria, materials of construction, and like information to enable Engineer to review the information as required. b. Contractor shall also submit to Engineer for review with such promptness as to cause no delay in work, all samples required by the Contract Documents. All samples will have been checked by and accompanied by a specific written indication that Contractor has performed Contractor's responsibilities under the Contract Documents with respect to the review of the submission and will be identified clearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended. (1) Before submission of each Shop Drawing or sample Contractor shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. (2) At the time of each submission, Contractor shall in writing call Engineer's attention to any deviations that the Shop Drawings or samples may have from the requirements of the Contract Documents, and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted to Engineer for review and approval of each such variation. 39 General Conditions City of Fayetteville Sanitary Sewer Improvements I I I I I C I I I I I I I I I U I Paragraph G.14 continued LJ I I I I I I I I I I I c. Engineer will review with reasonable promptness Shop Drawings and samples, but Engineer's review shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, sequences, techniques or procedures of construction (except where a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review of a separate item as such will not indicate compliance of the assembly in which the item functions. Contractor shall make any corrections required by Engineer and shall return the required number of corrected copies of Shop Drawings and resubmit new samples for review. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. d. Engineer's review of Shop Drawings or samples shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has in writing called Engineer's attention to each such variation at the time of submission as required by paragraph G.14.b.(2) and Engineer has given written review of each such variation by a specific written notation thereof incorporated in or accompanying the Shop Drawing or sample approval; nor will any review by Engineer relieve Contractor from responsibility for errors or omissions in the Shop Drawings or from responsibility for having complied with the provisions of paragraph G.14.b.(1). e. Where a Shop Drawing or sample is required by the Specifications, any related Work performed prior to Engineer's review of the pertinent submission will be the sole expense and responsibility of Contractor. 15. Continuing the Work ' Contractor shall carry on the work and maintain the progress schedule during all disputes or disagreements with Owner. No work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph P.3 or as Contractor and Owner may otherwise agree in writing. General Conditions 40 City of Fayetteville Sanitary Sewer Improvements I Paracraph G continued 16. Indemnification (Hold Harmless Agreement) a. To the fullest extent permitted by Laws and Regulations Contractor shall indemnify and hold harmless Owner and Engineer and their consultants, agents and employees from and against all claims, damages, losses and expenses direct, indirect or consequential (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration casts) arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of Contractor, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. b. The foregoing Subparagraph shall, but not by way of limitation, specifically include all claims and judgements which may be made against the Owner, Engineer, Engineer's consultants, and agents and employees of any of them under the Illinois Structural Work Law, and similar laws of other state or governmental body having jurisdiction; and further, against claims and judgements arising from violations of public ordinances and requirements of governing authorities due to the Contractor's or Subcontractor's method of execution of the work. c. In any and all claims against Owner or Engineer or any of their consultants, agents or employees by any employee of Contractor, any Subcontractor, any person or organization directly or indirectly employed by any of then to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation described hereinbefore shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for Contractor or any Subcontractor under workers' or workmen's compensation acts, disability benefit acts, or other employee benefit acts. 41 General Conditions City of Fayetteville Sanitary Sewer Improvements Li IParagraph G.16 continued Id. The obligations of Contractor under paragraph G.16 shall not extend to the liability of Engineer, Engineer's consultants, agents or employees arising out of the preparation or review of maps, drawings, ' opinions, reports, surveys, Change Orders, designs, or Specifications. H I I II I P I I I I General Conditions 42 City of Fayetteville Sanitary Sewer Improvements ii. Other Work 1. Related Work at Site a. Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts therefore which shall contain General Conditions similar to these. '_f the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work; and, if Contractor believes that such performance will involve additional expense to Contractor or requires additional time and the parties are unable to agree as to the extent thereof, Contractor may make a claim therefore as provided in paragraphs L and M. b. Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of Engineer and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. c. If any part of Contractor's Work depends for proper execution or results upon the work of any such other contractor or utility owner (or Owner), Contractor 43 General Conditions City of Fayetteville Sanitary Sewer Improvements I C I I I El 1 I I I El I H H I I I H u I C I I L! LI [] I I I I I Paragraph H.l.c continued shall inspect and promptly report to Engineer in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure so to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work except for latent or nonapparent defects and deficiencies in the other work. Coordination If Owner contracts with others for the performance of other work on the Project at the site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided, in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions, neither Owner nor Engineer shall have any authority or responsibility in respect of such coordination. General Conditions City of Fayetteville Sanitary Sewer Improvements 44 I I. Cwner's Responsibilities 1. Owner shall issue all communications to Contractor through Engineer. 2. In case of termination of the employment of Engineer, Owner shall appoint an Engineer against whom Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Engineer. Any dispute in connection with such appointment may be subject to arbitration. 3. Owner shall furnish the data required of Owner under the Contract Documents promptly and shall make payments to Contractor promptly after they are due as provided in paragraphs 0.2 and 0.7. 4. Owner's will provide lands and easements and provide engineering surveys to establish reference points as set forth in paragraphs E.1 and E.4. Paragraph E.2 refers to Owner's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions at the site and in existing structures which have been utilized by Engineer in preparing the Drawings and Specifications. 5. Owner's responsibilities in respect of purchasing property insurance is set forth in paragraph F.7. 6. Owner is obligated to execute Change Orders as indicated in paragraph K.4. 7. Cwner's responsibility in respect of certain observations, tests, and reviews is set forth in paragraph N.3.b. 8. In connection with Owner's right to stop Work or suspend Work, see paragraphs N.5 and P.1. Paragraph P.2 deals with Owner's right to terminate services of Contractor under certain circumstances. 45 General Conditions City of Fayetteville Sanitary Sewer Improvements I I C I C C C I I I I 11 I C I I J. Engineer's Status During Construction Ii. Owners Representative Engineer will be Owner's representative during the construction period. The duties, responsibilities and ' the limitations of authority of Engineer as Owner's representative during construction are set forth in the Contract Documents and shall not be extended without ' written consent of Owner and Engineer. 2. Visits to Site ' Engineer will make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and Ito determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or continuous on -site ' observations to check the quality or quantity of the Work. Engineer's efforts will be directed toward providing for Owner a greater degree of confidence that the completed work will conform to the Contract ' Documents. On the basis of such visits and on -site observations as an experienced and qualified design professional, Engineer will keep Owner informed of the ' progress of the Work and will endeavor to guard Owner against defects and deficiencies in the Work. ' 3. Project Representation Engineer will furnish a Resident Project Representative to assist Engineer in observing the performance of the •' Work. The duties, responsibilities and limitations of authority of any such Resident Project Representative and assistants will be the same as the Engineer unless ' otherwise designated in the Supplementary Conditions. 4. Clarifications and Interpretations ' Engineer will issue with reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents (in the form of ' Drawings or otherwise) as Engineer may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract ' Documents. If Contractor believes that a written clarification or interpretation justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree to the amount or extent thereof, contractor may make a claim therefor as provided in paragraphs L or M. General Conditions 46 City of Fayetteville Sanitary Sewer Improvements L Paraqraph 3 continued 5 7. Authorized Variations in Work Engineer may authorize minor variations in the work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on Owner, and also on Contractor who shall perform the Work involved promptly. If Contractor believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Tine and the parties are unable to agree as to the amount or extent thereof, Contractor may make a claim therefor as provided in paragraphs L or N. Rejecting Defective Work Engineer will have authority to reject Work which Engineer believes to be defective, and will also have authority to require special review, observation, or testing of the Work as provided in paragraph N.4.b, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders, and Payments a. In connection with Engineer's responsibility for Shop Drawings and samples, see paragraphs G.14. b. In connection with Engineer's responsibilities as to Change Orders, see paragraphs K, L, and M. C. In connection with Engineer's responsibilities in respect of Applications for Payment, etc., see paragraph O. Determinations for Unit Prices Engineer will have authority to determine the actual quantities and classifications of items of Unit Price Work performed by contractor, and the written decisions of Engineer on such matters will be final, binding on Owner and Contractor and not subject to appeal (except as modified by Engineer to reflect changed factual conditions). 47 General Conditions City of Fayetteville Sanitary Sewer Improvements I 1 I H I I F, I I r I I I I Paragraph J continued 9. Decisions on Disputes ' a. Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the work thereunder. Claims, disputes and other ' matters relating to the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and ' claims under paragraphs L and M in respect of changes in the Contract Price or Contract Time will be referred initially to Engineer in writing with a ' request for a formal decision in accordance with this paragraph, which Engineer will render in writing within a reasonable time. Written notice of each such claim, dispute and other matter will be ' delivered by the claimant to Engineer and the other party to the Agreement promptly (but in no event later than thirty days) after the occurrence of the ' event giving rise thereto, and written supporting data will be submitted to Engineer and the other party within sixty (60) days after such occurrence unless Engineer allows an additional period of time Ito ascertain more accurate data in support of the claim. I 1 I I I I I I I b. When functioning as interpreter and judge under paragraphs J.4 and J.9, Engineer will not show partiality to Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by Engineer pursuant to paragraphs J.4 and J.9 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 0.14) will be a condition precedent to any exercise by Owner or Contractor of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter. General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph J continued 10. Limitations on Engineer's Responsibilities a. Neither Engineer's authority to act under this paragraph I or elsewhere in the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of Engineer to Contractor, any Subcontractor. Supplier, or any of their agents or employees or any other person performing any of the Work, or to any surety for any of then. b. Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed" or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "proper" or adjectives of like effect or import are used, to describe requirement, direction, review or judgment of Engineer as to the work, it is intended that such requirement, direction, review or judgment will be solely to evaluate the work for compliance with the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to Engineer any duty to authority to perform construction observation or direct performance of the Work or authority to undertake responsibility contrary to the provisions of paragraph I.B.c or I.8.d. c. Engineer will not be responsible for Contractor's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, and Engineer will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. d. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractors, or of the agents or employees of any Contractor or Subccntractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. 49 General Conditions City of Fayetteville Sanitary Sewer Improvements I I I I I I [I I I I I I I I I LI 1 L ' K. Changes in Work Ii. Without invalidating the Agreement and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions or revisions in the Work; these will be authorized by a Written Amendment, a Change Order, or a Work Directive Change. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the ' applicable conditions of the Contract Documents (except as otherwise specifically provided). ' 2. If Owner and Contractor are unable to agree as to the extent, if any, of an increase or decrease in the Contract Price or an extension or shortening of the Contract Time that should be allowed as a result of a Work Directive Change, a claim may be made therefor as provided in paragraph L or M. ' 3. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented ' as provided in paragraph D.2 except in the case of an emergency as provided in paragraph G.13 and except in the case of uncovering Work as provided in paragraph N.4.b. ' 4. Owner and Contractor shall execute appropriate Change Orders (or Written Amendments) covering: ' a. Changes in the Work which are ordered by Owner pursuant to paragraph K.l, are required because of defective Work under paragraph N.8 or correcting ' defective Work under paragraph N.9, or are agreed to by the parties; ' b. Changes in the Contract Price or Contract Time which are agreed to by the parties; and ' c. Changes in the Contract Price or Contract Time which embody the substance of any written decision rendered by Engineer pursuant to paragraph 3.9. I I I provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the progress schedule as provided in paragraph G.15. General Conditions City of Fayetteville Sanitary Sewer Improvements 50 I Paragraph F continued 5. If notice of any change affecting the general scope of the Work or the provisions of the Contract Docunents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be Contractor's responsibility, and the anount of each applicable Bond will be adjusted accordingly. C C I I rj 7 I I I I I I I 51 General Conditions City of Fayetteville ' Sanitary Sewer Improvements I L. Changes in Contract Price Ii. The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to Contractor for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by Contractor shall be at his expense without change in the Contract Price. ' 2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written ' notice delivered by the party making the claim to the other party and to Engineer promptly (but in no event later than thirty (30) days) after the occurrence of the event giving rise to the claim and stating the general ' nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty (60) days after such occurrence (unless Engineer allows an ' additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined by ' Engineer in accordance with paragraph J.9.a if Owner and Contractor cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph L.2. 3. The value of any Work covered by a Change Order or of any ' claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: ' a. Where the work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of the items ' involved (subject to the provisions of paragraph L.7). b. By a mutually agreed lump sum (which may include an ' allowance for overhead and profit not necessarily in accordance with paragraph L.5.a.(2)(a). I] J c. On the basis of the Cost of the Work (determined as provided in paragraphs L.4.a and L.5.b) plus a Contractor's Fee for overhead and profit (determined as provided in paragraphs L.5.a and L.5.b. General Conditions City of Fayetteville Sanitary Sewer Improvements 52 I Paragraph L continued 4. Cost -of -Work The tern Cost -of -Work means the sum cf all costs necessary incurred and paid by Contractor in the proper performance of the Work. Except as otherwise may be agreed to in writing by Owner, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph L.4.b: (1) Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Payroll casts for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Sunday or legal holidays, shall be included in the above to the extent authorized by Cwner. (2) Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Supplier's field services required in connection therewith. All case discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to Owner and Contractor shall make provisions so that they may be obtained. 53 General Conditions City of Fayetteville Sanitary Sewer Improvements L I I I I I H C I I I I L I C I I I I I I I I I I I I 'J I I I El I I Paragraph L.4.a continued (3) Payments made by Contractor to the Subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from Subcontractors acceptable to Contractor and shall deliver such bids to Owner who will then determine, with the advice of Engineer, which bids may be accepted. If a Subcontract provided that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as Contractor's Cost of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. (4) Costs of special consultants (including, but not limited to, engineer, architects, testing laboratories, surveyors, lawyers and accountants) employed for services specifically related to the Work. (5) Supplemental costs including the following: (a) The proportion of necessary transportation, travel and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. (b) Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the work, and cost less market value of such items used but not consumed which remain the property of Contractor. (c) Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements reviewed by Owner with the advice of Engineer, and the cost of transportation, loading, unloading, installation, dismantling and removal thereof - all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. General Conditions City of Fayetteville Sanitary Sewer Improvements 54 L Paragraph L.4.a.(5) continued (d) Sales, consumer, use or similar taxes related to the work, and fcr which Contractor is liable, imposed by Laws and Regulations. (e) Deposits lost for causes other than negligence of Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of then may be liable, and royalty payments and fees for permits and licenses. (f) Losses and damages (and related expenses), not compensated by insurance cr otherwise, to the Work or otherwise sustained by Contractor in connection with the execution of the work, provided they have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and review of Owner. No such losses, damages and expenses shall be included in the Cost of the Work fcr the purpose of determining Contractor's lee. If, however, any such loss or damage requires reconstruction and Contractor is placed in charge thereof, Contractor shall be paid for services a proportionate fee tc that stated in paragraph L.5.a.(2). (g) The cost of utilities, fuel and sanitary facilities at the site. (h) Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. (i) Cost of premiums for additional Bonds and insurance required because of changes in the Work. b. The term Cost -of -Work shall not include any of the following: 55 General Conditions City of Fayetteville Sanitary Sewer Improvements I I I I I I I I I I I I I I L C I I I I I I I I I I I I I J r I I I I Paragraph L.4.a. continued (1) Payroll costs and other compensation of Contractor's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expeditors, timekeepers, clerks and other personnel employed by Contractor whether at the site or in Contractor's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph L.4.a.(1) or specifically covered by paragraph L.4.a.(4) - all of which are to be considered administrative costs covered by the Contractor's Fee. (2) Expenses of Contractor's principal and branch offices other than Contractor's office at the site. (3) Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. (4) Cost of premiums for all Bonds and for all insurance whether or not contractor is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by paragraph L.4.a.(5)(i)). (5) Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. (6) Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph L.4.a. General Conditions City of Fayetteville Sanitary Sewer Improvements 56 I Paragraph L continued 5. Contractor's Fee a. The Contractor's Fee allowed to Contractor for overhead and profit shall be determined as follows: (1) A mutual]y agreed fixed fee; or if none can be agreed upon, (2) A fee based on the following percentages of the various portions of the Cost of the Work: (a) The Contractor's Fee shall be fifteen (15) percent for payroll costs and the cost of materials and equipment as defined in paragraphs L.4.a.(!) and L.4.a.(2); (b) The Contractor's Fee shall be five (5) ' percent on the work performed by Subcontractors as defined in paragraph L.4.a.(3); and if a Subcontract is on the basis of Cost -of -Work plus a Fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall be fifteen (15) percent; (c) No fee shall be payable on costs defined in paragraphs L.4.a.(4), I..4.a.(5), and L.5 (costs associated with supplemental costs or special consultants); (d) 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 Contractor's Fee by an amount equal to ten (10) percent of the net decrease; and (e) When both additions and credits are involved in any one change, the adjustment in Contractor's Fee shall be computed on the basis of the net change in accordance with paragraphs L.5.a.(2)(a) through L.5.a.(2)(d), inclusive. b. Whenever the cost of any Work is to be determined , pursuant to paragraph L.4, Contractor will submit an itemized cost breakdown together with supporting ■ data. I 57 General Conditions City of Fayetteville , Sanitary Sewer Improvements ' Paragraph L continued 6. Cash Allowances: a. It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such subcontractors or Suppliers and for such sums within the limit of the allowances as may be reviewed by the Engineer. ' Contractor agrees that: (1) The allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered to the site, and all applicable taxes; and ' (2) Contractor's costs for unloading and handling on the site, labor, installation costs, overhead, ' profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances. No demand for additional payment on account of any thereof ' will be valid. b. Prior to final payment, an appropriate Change Order ' will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall ' be correspondingly adjusted. 7. Unit Price Work: ' a. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit ' Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an ' initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer in accordance with Paragraph J.8. b. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover ' Contractor's overhead and profit for each separately identified item. General Conditions 58 ' City of Fayetteville Sanitary Sewer Improvements I Paragraph L.7 continued c. The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustnent under the following conditions: (1) if the total cost of a particular item of Unit Price Work anounts to 115 percent or more of the Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by Contractor differs by more than 15 percent from the estimated quantity of such item indicated in the Agreement; and (2) If there is no corresponding adjustment with respect to any other item of work; and (3) If Contractor believes that it has incurred additional expense as a result thereof; or (4) If owner believes that the quantity variation entitles it to an adjustment in the unit price, either Owner or Contractor may make a claim for a adjustment in the Contract Price in accordance with Paragraph L if the parties are unable to agree as to effect of any such variations in the quantity of Unit Price work perfonred. 59 General Conditions City of Fayetteville Sanitary Sewer Improvements I L El I I [l I I I El El 1 I [1 11 I Ii M. Changes in Contract Time ' 1. General a. The Contract Time may only be changed by a Change Order or a Written Amendment. Any claim for an 1 extension or shortening of the Contract Time shall be based on written notice delivered by the party making the claim to the other party and to Engineer promptly ' (but in no event later than thirty (30) days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall ' be delivered within sixty (60) days after such occurrence (unless Engineer allows an additional period of time to ascertain more accurate data in ' support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Time shall be determined by Engineer in accordance with paragraph ' J.8 if Owner and contractor cannot otherwise agree. No claim for an adjustment in the Contract Time will be valid if not submitted in accordance with the • ' requirements of this paragraph M.l.a. b. The Contract Time may be extended in an amount equal ' to time lost due to delays (unavoidable delays) beyond the control of Contractor if a claim is made as provided in paragraph M.l.a. Such delays shall include, but not be limited to, acts or neglect by ' Owner or others performing additional work as contemplated by paragraph H, or to fires, floods, labor disputes, epidemics, abnormal weather ' conditions, or acts of God. c. All time limits stated in the Contract Documents are of the essence of the Agreement. Provisions of this paragraph M.1 shall not exclude recovery for damages (including but not limited to fees and charges of engineers, architects, attorneys and other ' professionals and court and arbitration costs) for delay by either party. [1 General Conditions 60 City of Fayetteville Sanitary Sewer Improvements C Paragraph M continued 2. Delays a. Avoidable Delays (1) Avoidable delays in the prosecution or completion of the work shall include all delays which night have been avoided by the exercise of care, prudence, foresight, or diligence on the part of the Contractor. (2) Delays in the prosecution of parts of the Work which nay in themselves be unavoidable but do not necessarily prevent or delay the prosecution of other parts of the work nor the completion of the whole work within the time herein specified; reasonable loss of time resulting from the necessity of submitting drawings to the Engineer for approval and from the making of surveys, measurements, and observations; and such interruptions as may occur in the prosecution of the work on account of the reasonable interference of other Contractors employed by the Owner, which do not necessarily prevent the completion of the whole work within the time herein specified, will be deemed avoidable delays within the meaning of this Contract. b. Unavoidable Delays Unavoidable delays in the prosecution or completion of the Work under this Contract shall include all delays which nay result through causes beyond the control of the Contractor and which he could not have provided against by the exercise of care, prudence, foresight, or diligence. Such delays shall include, but not be limited to, acts or neglect by Owner or others performing additional work as contemplated by paragraph H or to fires, floods, labor disputes, epidemics, abnormal weather conditions or acts of God. Orders issued by the Owner changing the amount of Work to be done, the quantity of material to be furnished, or the manner in which the Work is to be prosecuted; failure of the Owner to provide rights- of- way; and unforeseen delays in the completion of the Work of other contractors under contract with the Owner will be considered unavoidable delays, so far as they necessarily interfere with the Contractor's completion of the whole of the Work. Delays due to 61 General Conditions City of Fayetteville Sanitary Sewer Improvements I I I I I I I I I I I_ I LJ L I Paragraph M.2.b continued adverse weather conditions will not be regarded as ' unavoidable delays as the Contractor should understand that such conditions are to be expected and plan his Work accordingly. ' 3. Extension of Time a. For Unavoidable Delays ' For delays which are unavoidable as provided in paragraph M.2.b, as determined by the Owner, the I Contractor will be allowed, if he applies for the same, an extension of time beyond the time specified for completion, proportionate to such unavoidable delay or delays, within which to complete the ' Contract. The Contractor will not be charged, because of any extension of time for such unavoidable delay, any liquidated damage and/or actual damages as ' provided in paragraph R. b. For Avoidable Delay I (1) Extensions of time will not be granted because of avoidable delays. ' (2) Contractor will be charged liquidated damages or actual damages as provided in paragraph R for avoidable delays. I J I I I General Conditions 62 City of Fayetteville 'Sanitary Sewer Improvements I N. Warranty and Guarantee; Tests and Observations; Correction, Removal, or Acceptance of Defective Work 1. Warranty and Guarantee ' Contractor warranties and guarantees to Owner and Engineer that all work will be in accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to Contractor. All defective work, whether or not in place, may be rejected, corrected or agreed to as provided in this paragraph N. 2. Access to Work Engineer and Engineer's representatives, other representatives of Owner, testing agencies and governmental agencies with jurisdictional interests will have access to the work at reasonable times for observation and testing. Contractor shall provide proper and safe conditions for such access. 3. Tests and Observations a. Contractor shall give Engineer timely notice of readiness of the Work for all required observations, tests, or reviews. b. If Laws or Regulations of any public body having jurisdiction requires any Work (or part thereof) to specifically be observed or tested. Contractor shall assume full responsibility therefor, pay all costs in connection therewith and furnish Engineer with the required certificates of inspection, testing, or approval. Contractor shall also be responsible for and shall pay all costs in connection with any inspection or testing required in connection with Owner's or Engineer's agreed to Supplier of materials or equipment proposed to be incorporated in the work, or of materials or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. The cost of all observations, tests, and approvals in addition to the above which are required by the Contract Documents shall be paid by Owner (unless otherwise specified). c. All observations, tests, or reviews other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations agreed to by Owner and Contractor (or by Engineer if so specified). 63 General Conditions City of Fayetteville Sanitary Sewer Improvements L I I I I H H I I L L I1 I I I U I I J C I I I I I I I I Paragraph N.3 continued d. If any Work (including the work of others) that is to be observed or tested is covered without written concurrence of Engineer, it must, if requested by Engineer, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Engineer timely notice of Contractor's intention to cover such work and Engineer has not acted with reasonable promptness in response to such notice. e. Neither observations by Engineer nor observations, tests, or reviews by others shall relieve Contractor from his obligations to perform the work in accordance with the Contract Documents. 4. Uncovering work a. If any work is covered contrary to the written request of Engineer, it must, if requested by Engineer, be uncovered for Engineer's observation and replaced at Contractor's expense. b. If Engineer considers it necessary or advisable that covered work be observed by Engineer or tested by others, Contractor, at Engineer's request, shall uncover, expose or otherwise make available for observation or testing as Engineer may require, that portion of the work in question, furnishing all necessary labor, material and equipment. If it is found that such work is defective, Contractor shall bear all the expenses of such uncovering, exposure, observation, testing and reconstruction, (including but not limited to fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriated decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, may make a claim therefor as provided in paragraph L. If, however, such work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, testing and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, Contractor may make a claim therefor as provided in paragraphs L and M. General Conditions City of Fayetteville Sanitary Sewer Improvements i! Paragraph N continued 5 11 7 Owner May Stop the Work If the work is defective, or Contractor fairs to supply sufficient skilled workmen cr suitable materials or equipment,or fails to furnish or perform the Work in such a way that the completed Wcrk will conform to the Contract Documents, Owner may order Contractor to stop the work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop the work shall not give rise to any duty on the part of the Owner to exercise this right for the benefit of Contractor or any other party. Correction or Removal of Defective Work a. If required by Engineer, Contractor shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by Engineer, remove it from the site and replace it with suitable Work. Contractor shall bear all direct, indirect and consequential costs of such correction or removal (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals) made necessary thereby. b. If the Contractor fails to remove defective work within ten days after receipt of written notice, the rejected material or work may be removed by the Owner and the cost of such removal shall be taken out of the money that may be due or may become due the Contractor on account of or by virtue of this Contract. No such rejected material shall again be offered for use by the Contractor under this Contract. One Year Correction Period If within one year after the date of Substantial Completion or such longer period of tine as may be prescribed by Laws or Regulations by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any work is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions, either correct such defective work, or, if it has been rejected by Owner, remove it from the site and replace it with nondefective work. If Contractor does not promptly comply with the 65 General Conditions City of Fayetteville Sanitary Sewer Improvements I I I I I I I J I I I I [1 I I I I I I H H LJ I L I I I I 7 H I [] Li Paragraph N.7 continued terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective work corrected or the rejected work removed and replaced, and all direct and indirect costs of such removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys and other professionals) will be paid by Contractor. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. 8. Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective work, Owner (and, prior to Engineer's recommendation of final payment, also Engineer) prefers to accept it, Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to Owner's evaluation of and determination to accept such defective Work (such costs to be reviewed by Engineer as to reasonableness and to include but not be limited to fees and charges of engineers, architects, attorneys and other professionals). If any such acceptance occurs prior to Engineer's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, Owner may make a claim therefor as provided in paragraph L. If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to Owner. 9. Owner May Correct Defective Work If Contractor fails within a reasonable time after written notice of Engineer to proceed to correct defective work or to remove and replace rejected work as required by Engineer in accordance with or if Contractor fails to perform the work in accordance with the Contract Documents or if Contractor fails to comply with any other provision of the Contract Documents, Owner may, after seven days' written notice to Contractor, correct and remedy any such deficiency. In exercising his right under this paragraph owner shall proceed expeditiously. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from General Conditions City of Fayetteville Sanitary Sewer Improvements H Paragraph N.9 continued all or part of the site, take possession of all or part of the work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the site and incorporate in the work all materials and equipment stored at the site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner's representatives, agents and employees such access to the site as may be necessary to enable Owner to exercise his rights under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights and remedies will be charged against Contractor in an amount reviewed by Engineer, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price, and if the parties are unable to agree as to the amount thereof, owner may make a claim therefor as provided in paragraph L. Such direct, indirect and consequential costs will include but not be limited to fees and charges of engineers, architects, attorneys and other professionals, all court and arbitration costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the work attributable to the exercise by Owner of Owner's rights hereunder. 67 General Conditions City of Fayetteville Sanitary Sewer Improvements L1 TI I I C I I I I I I I I I C C C O. Payments to Contractor and Completion Ii. Schedules The schedule of values established as provided in paragraph C.7 will serve as the basis for progress ' payments and will be incorporated into a form of Application for Payment. Progress payments on account of Unit Price Work will be based on the number of units ' completed. 2. Application for Progress Payments ' a. The contractor shall, on the 25th day of each calendar month, together with a representative of the Engineer, make an estimate of the value of the work ' performed as of the 15th day of the month in accordance with this Contract since the last preceding estimate was made. ' The Contractor shall then prepare and submit the estimate to the Engineer on the periodical estimate for partial payment forms, copies of which are bound with these Contract Documents. The number of copies to be submitted will be determined by the Engineer after construction has started. I b. Upon presentation of certified copies of purchase bills and freight bills, the Owner will permit inclusion in such monthly estimates payment for materials that will eventually be incorporated in the project, providing that such material is suitably stored on the site at the time of submission of the estimate for payment. At the time the next following monthly estimate is submitted, certified copies of receipted purchase and freight bills for the stored ' materials included in the monthly payment estimate submitted two months previously shall be submitted. If the Contractor fails to submit proof of payment with the monthly payment estimate, those items of t stored materials for which no proof of payment has been submitted will be deleted from the current payment estimate. Such materials when so paid for by ' the Owner will become the property of the Owner and, in case of default on the part of the Contractor, the Owner may use or cause to be used by others these ' materials in construction of the project. However, the Contractor shall be responsible for safe guarding such materials against loss or damage of any nature whatsoever, and in case of any loss or damage the ' Contractor shall replace such lost or damaged materials at no cost to the Owner. General Conditions 68 City of Fayetteville 'Sanitary Sewer Improvements Li Paragraph O.2.b continued (1) Except as provided in paragraph O.2.b, the first application for payment shall be of the value of the work done and of materials proposed and suitable for permanent incorporation in the work, delivered, and suitably and safely stored at the site of the work since the Contractor shall have begun the performance of this Contract; and every subsequent estimate, except the final estimate, shall be cf value of the work done and materials delivered and suitably stored at the site of the work since the last preceding estimate was made. c. No application for partial payment shall be made when, in the judgement of the Engineer, the total value of the Work done and materials incorporated into the Work under this Contract since the last preceding estimate amount is less than $10,000. d. Applications for payment shall be signed by the Engineer and approved by the Owner, and after such approval, the Owner, subject to the foregoing provisions, will pay or cause to be paid an amount equal to the estimated value of the work performed less a retained amount in accordance with the following schedule: (1) Ten (10) percent until construction is 50 percent complete. (2) Five (5) percent after construction is 50 percent complete, provided that the Contractor is making adequate progress and there is no specific cause for greater withholding. (3) When the project is substantially complete (operational or beneficial use as determined by the Engineer) the retained amount will be reduced to two (2) percent of the value of work which is substantially complete, or two hundred (200) percent of the value of each item as determined by the Engineer to complete said item or items of work, whichever is greater. e. Contractor shall furnish with each application for payment a Contractor's sworn affidavit listing all parties to receive payments on that request. I 69 General Conditions ' City of Fayetteville Sanitary Sewer Improvements u Paragraph O.2 continued f. If required by the regulatory agencies, the ' Contractor and his subcontractor shall prepare weekly sworn affidavits with respect to the payment of wages in accordance with the provisions as set forth in the "Anti -Kickback" Act, and submit affidavits with the progress payment requests. 3. Unit Price Items a. Unit price items listed in the Bid form and in the Agreement form may be of two types, "unit price ' construction items", and "unit price work items ordered by the Engineer during construction". For all unit price items quantities as set forth are the best estimates which can be made during design, since ' actual quantities cannot be determined until construction is underway. ' b. The Contractor shall study carefully the Specifications to determine the extent and scope of the work included under lump sum items in the Contract. It may be that work under some unit price '• items is in addition to similar work to be performed under lump sum items and paid for thereunder. c. Unit Price Construction Items Unit price construction items will be used to pay for work not included under a lump sum item but required by the Contract. d. Unit Price Work Items Order by the Engineer During Construction These unit price items will be used to pay for ' designated work, not shown on the Contract Drawings, when ordered by the Engineer in writing during construction. 4. Reporting and Invoicing Cost -of -Work All cost -of -work items shall be reported daily and signed ' by the Contractor and the Engineer, which daily reports shall thereafter be considered the true record of cost- of- work done. Completely detailed invoices covering the cost -of -work shall be submitted for payment not later than 15 days after the completion of the work. The charges for work performed by the Contractor, by a Subcontractor, and by an employee of a Subcontractor ' shall be reported separately. Substantiating invoices from suppliers, vendors and Subcontractors shall be included with the Contractor's invoices. The Contractor General Conditions 70 City of Fayetteville Sanitary Sewer Improvements Paragraph O.4 continued 17 shall permit examination of accounts, bills, and vouchers relating to the cost -of -work when requested by the Engineer. 5. Partial Waiver of Liens Partial waiver of liens shall accompany each payment request to cover the full amount of the previous payment request. The Contractor shall procure from each and every Subcontractor and suppliers of material or labor a partial waiver of lien to release the Owner of any claim to a mechanics lien, which they or any of them may have under the mechanics lien laws of the State in which the project is located. Any payments made by the Owner without requiring strict compliance to the terms of this paragraph shall not be construed as a waiver by the Owner of the right to insist upon strict compliance with the terms of this approach as a condition of later payments. 6. Contractor's Warranty of Title ' Contractor warrants and guarantees that title to all work, materials and equipment covered by any Application for Payment, whether incorporated in the project or not, will pass to Owner no later than the time of payment free and clear of all Liens. 7. Review of Progress Payment Requests a. Engineer will, within fifteen (15) days after receipt of each payment request, either indicate in writing a recommendation of payment and present the request to Owner, or return the payment request to Contractor indicating in writing Engineer's reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the request. Thirty (30) days after presentation of the Application for Payment with Engineer's recommendation, the amount recommended will (subject to the provisions of paragraph O.7.f) become due and when due will be paid by Owner to Contractor. b. If the Owner fails to make payment thirty (30) days after review by the Engineer, in addition to other remedies available to the Contractor, there may be added to each such payment interest at an annual rate of twelve (12) percent commencing on the first day after said payment is due and continuing until the payment is received by the Contractor. 1 71 General Conditions City of Fayetteville Sanitary Sewer Improvements I Paragraph 0.7 continued c. Engineer's recommendation of any payment requested in a payment request will constitute a representation by Engineer to Owner, based on Engineer's on -site observations of the work in progress as an experienced and qualified design professional and on ' Engineer's review of the payment request and the accompanying data and schedules that the Work has progressed to the point indicated; that, to the best of the Engineer's knowledge, information and belief, the quality of the work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon substantial completion, to the results of any subsequent tests called for in the Contract Documents to a final determination of quantities and ' classifications for Unit Price Work under paragraph J.8 and to any other qualifications stated in the recommendation); and that Contractor is entitled to payment of the amount recommended. However, by recommending any such payment, Engineer will not thereby be deemed to have represented that exhaustive or continuous on -site observations have been made to I check the quality or the quantity of the work, or that the means, methods, techniques, sequences, and procedures of construction have been reviewed or that ' any examination has been made to ascertain how or for what purpose Contractor has used the moneys paid or to be paid to Contractor on account of the Contract ' Price, or that title to any work, materials or equipment has passed to Owner free and clear of any Liens. Id. Engineer's recommendation of final payment will constitute an additional representation by Engineer to Owner that the conditions precedent to ' Contractor's being entitled to final payment as set forth in paragraph O.8.a have been fulfilled. ' e. Engineer may refuse to recommend the whole or any part of any payment if, in Engineer's opinion, it would be incorrect to make such representations to Owner. Engineer may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent observations or tests, nullify any such payment previously 1 recommended; to such extent as may be necessary to Engineer's opinion to protect Owner from loss because: ' (1) The Work is defective, or completed work has been damaged requiring correction or replacement. General Conditions 72 City of Fayetteville Sanitary Sewer improvements I Paragraph C.7.e continued (2) The Contract Price has been reduced by Written Anendment cr Change Order. (3) Owner has been required to correct defective Work or complete the Work in accordance with paragraph N.6.b. (4) Engineer's actual knowledge of the occurrence of any of the events enumerated in paragraphs P.2.a.(1) through P.2.a.(9) inclusive. Owner may refuse to make payment of the full amount recommended by Engineer because claims against owner on account of or furnishing of the Work or connection with the Work or entitling Owner to a set-off recommended, but Owner must written notice (with a copy reasons for such action. Substantial Completion have been made Contractor's performance Liens have been filed in there are other items against the amount give Contractor immediate to Engineer) stating the When Contractor considers the entire work ready for its intended use and all final restoration and testing is complete, Contractor shall notify Owner and Engineer in writing the entire Work is Substantially Complete and request that Engineer issue a Statement of Substantial Completion. Within a reasonable time thereafter, Owner, Contractor and Engineer shall make an observation of the Work to determine the status of completion. If Engineer does not consider the work Substantially Complete, Engineer will notify Contractor in writing, giving his reasons therefore. If Engineer considers the work substantially complete, Engineer will prepare and deliver to Owner a tentative Statement of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. This list shall be called a punch list. Owner shall have fourteen (14) days after receipt of the tentative certificate during which he may make written objection to Engineer as to any provisions of the certificate or attached list. lf, after considering such objections, Engineer concludes that the Work is not Substantially Complete, Engineer will within fourteen days after submission of the tentative certificate to Owner notify Contractor in writing, stating his reasons therefore. If, after consideration of Owner's objections, Engineer 73 General Conditions City of Fayetteville Sanitary Sewer Improvements I I Li 1 I I [I I I I S [I I [I I I I ' Paragraph O.8.a continued considers the Work Substantially Complete, Engineer will within said fourteen (14) days execute and deliver to Owner and Contractor a definitive Statement of Substantial Completion (with a revised tentative list of items to be completed or corrected) ' reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from Owner. At the time of delivery of the tentative Statement of Substantial Completion Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, maintenance, heat, utilities and insurance and warranties. Unless owner ' and Contractor agree otherwise in writing and so inform Engineer prior to Engineer's issuing the definitive Statement of Substantial Completion, ' Engineer's aforesaid recommendation will be binding on Owner and Contractor until final payment. b. Owner shall have the right to exclude Contractor from the work after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the punch list. ' 9. Partial Utilization a. Use by Owner of any finished part of the Work, which has specifically been identified in the Contract Documents, or which Owner, Engineer and Contractor agree constitutes a separately functioning and useable part of the Work that can be used by Owner without significant interference with Contractor's performance of the remainder of the Work, may be ' accomplished prior Substantial Completion of all the Work subject to the following: (1) Owner at any time may request Contractor in writing to permit Owner to use any part of the work which Owner believes to be ready for its intended use and substantially complete. If ' Contractor agrees, Contractor will certify to Owner and Engineer that said part of the Work is substantially complete and request Engineer to ' issue a Statement of Substantial Completion for that part of the Work. Contractor at any time may notify Owner and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Engineer to issue a ' General Conditions 74 City of Fayetteville Sanitary Sewer Improvements I Paragraph 0.9.a continued Statement of Substantial Corp'_etion for that part of the Work. Within a reasonable time after either such request, Owner and Contractor shall observe that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner and Contractor in writing giving the reasons therefore. If Engineer considers that part of the Work to be substantially complete, the provisions of paragraph 0.8 will apply with respect to Statement of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. (2) Owner may at any time request Contractor in writing to permit Owner to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to Engineer and within a reasonable time thereafter Owner, Contractor, and Engineer shall observe that part of the Work to determine its status of completion and will prepare a list of the items remaining to be completed or corrected thereon before final payment. if Contractor does not object in writing to Cwner and Engineer that such part of the Work is not ready for separate operation by Owner, Engineer will finalize the list of itens to completed or corrected and will deliver such list to Owner and Contractor together with a written recommendation as to the division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, maintenance, utilities, insurance, warranties and guarantees for that part of the Work which will become binding upon Owner and Contractor at the time when Owner takes over such operation (unless they shall have otherwise agreed in writing and so informed Engineer). During such operation and prior to Substantial Completion of such part of the Work, Owner shall allow Contractor reasonable access to complete or correct items on said list and to complete other related Work. (3) No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph F.7 in respect of property insurance. 75 General Conditions City of Fayetteville Sanitary Sewer Improvements El I I I I I [I I I I I I I I I I I I I f L P H I H [1 I I E I 'J Paragraph O continued 10. Final Observation Upon written notice from Contractor that Work or an agreed portion thereof is complete, Engineer will make a final observation with Owner and Contractor and will notify Contractor in writing of all particulars in which this observation reveals that the work is incomplete or defective. Contractor shall immediately take such measures as are necessary to remedy such deficiencies. 11. Final Application For Payment After Contractor has completed all such corrections and delivered all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, marked -up record documents as provided in paragraph G.11 and other documents - all as required by the Contract Documents, and after Engineer has indicated that the Work is acceptable, subject to the provisions of paragraph O.16 Contractor may make application for final payment request following the procedure for progress payment requests. The final payment requests shall be accompanied by all documentation called for in the Contract Documents, together with complete and legally effective releases or waivers (satisfactory to Owner) of all Liens arising out of or filed in connection with the Work. In lieu thereof and as approved by Owner, Contractor may furnish receipts or releases in full; an affidavit of Contractor that the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and that all payrolls, material and equipment bills, and other indebtedness connected with the work for which Owner or his property might in any way be responsible, have been paid or otherwise satisfied; and consent of the Surety, if any, to final payment. If any Subcontractor, Supplier fails to furnish a release or receipt in full, Contractor may furnish a Bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. 12. Final Payment and Acceptance a. If, on the basis of Engineer's observation of the Work during construction and final observation, and Engineer's review of the final payment request and accompanying documentation - all as required by the Contract Documents, Engineer has been shown that the work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled, Engineer will, within ten (10) days after receipt of final payment request, indicate in General Conditions City of Fayetteville Sanitary Sewer Improvements FM I Paragraph 0.12 continued writing Engineer's recommendation of payment and present the request to Owner for payment. Thereupon Engineer will give written notice to owner and Contractor that the Work is acceptable subject to the provisions of paragraph 0.14. Otherwise, Engineer will return the payment request to Contractor, indicating in writing the reasons for refusing to reccm:r,end final payment, in which case Contractor shall Take the necessary corrections and resubmit the payment request. Thirty (3C) days after presentation to Cwner of the Application and accompanying documentation, in appropriate form and substance, and with Engineer's recommendation and notice of acceptability, the amount recommended by Engineer will become due and will be paid by owner to Contractor. I b. If, through no fault of Contractor, final completion of the Work is significantly delayed thereof and if Engineer so confirms, Owner shall, upon receipt of Contractor's final payment request and recommendation of Engineer, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by Owner for work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph F.1, the written consent of the Surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the request for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 13. Contractor's Continuing Obligation , Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by Engineer, nor the issuance of a certificate of substantial completion, nor any payment of Owner to Contractor under the Contract Documents, nor any use or occupancy of the Work or any part thereof by Owner, nor any act of acceptance by Cwner nor any failure to do so, nor the issuance of a notice of acceptability by Engineer pursuant to paragraph 0.12, nor any correction of defective work by owner shall constitute an acceptance of Work not in accordance with the Contract Documents or a release of Contractor's obligation to 77 General Conditions , City of Fayetteville Sanitary Sewer Improvements I C1 I 1 LI iI fl j I I I I I I I I Paragraph O.13 continued perform the Work in accordance with the Contract Documents (except as provided in paragraph O.14). 14. Waiver of Claims The making and acceptance of final payment shall constitute: a. A waiver of all claims by Owner against Contractor, except claims arising from unsettled Liens, from defective Work appearing after final observation pursuant to paragraph O.10 or from failure to comply with the Contract Documents or the terms of any special guarantees specified therein; however, it will not constitute a waiver by Owner of any rights in respect of Contractor's continuing obligations under the Contract Documents. b. A waiver of all claims by Contractor against Owner other than those previously made in writing and still unsettled. General Conditions 78 City of Fayetteville Sanitary Sewer Improvements H P Suspension of Work and Termination 1. Owner May Suspend Work a. Owner nay, at any tine and without cause, suspend the work or any portion thereof for a period of not more than ninety (90) days by notice in writing to Contractor and Engineer which shall fix the date on which work shall be resumed. Contractor shall resume the work on the date so fixed. Contractor may be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if he makes a claim therefor as provided in paragraphs L and M. I b. Owner may suspend work upon occurrence of any one or more of the following events: (1) If Contractor fails to supply a qualified superintendent, sufficient skilled workmen, subcontractors, or suitable materials or ' equipment. (2) If Contractor repeatedly fails to make prompt payments to subcontractors or for labor, materials, or equipment. (3) If Contractor disregards Laws and Regulations, of any public body having jurisdiction. (4) if Contractor otherwise violates in any substantial way any provisions of the Contract Documents the Owner shall have authority to suspend the Work wholly or in part, for such period of time as he may deem necessary, because of conditions unfavorable for the prosecution of the Work, or to conditions which in his opinion , warrant such action, or for such time as is necessary by reason of failure on the part of the Contractor to carry out orders given, or to perform any or all provisions of the Contract. No additional compensation will be paid the Contractor because of any costs caused by such suspension, except when the suspension is ordered for reasons not resulting from any act or omission on the part of the Contractor. 1 [_1 79 General Conditions City of Fayetteville Sanitary Sewer Improvements 1 I HI LI u I I I I I I I I 1 I Paragraph P.1 continued C. If it becomes necessary to suspend work for an indefinite period of time, the Contractor shall store all materials in such manner that they will not obstruct or impede the traveling public unnecessarily or become damaged in any way, take every precaution to prevent damage or deterioration of the Work performed, provide suitable drainage of the roadway, and erect temporary structures where necessary. The Contractor shall not suspend work without written authority from the Owner. 2. Owner May Terminate a. Upon the occurrence of any one or more of the following events: (1) If Contractor commences a voluntary case under any chapter of the Bankruptcy Code (Title 11, United States Code), as now or hereafter in effect, or if Contractor takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency; (2) If a petition is filed against Contractor under any chapter of the Bankruptcy Code as now or • hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against Contractor under any other federal or state law in effect at the time relating to bankruptcy or insolvency; (3) If Contractor makes a general assignment for the benefit of creditors; (4) If a trustee, receiver, custodian or agent of Contractor is appointed under applicable law or under contract, whose appointment or authority to take charge of property of Contractor is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of Contractor's creditors; (5) If Contractor admits in writing an inability to ' pay its debts generally as they become due; I I General Conditions City of Fayetteville Sanitary Sewer Improvements 80 II Paragraph 1'.2.a continued ' (6) If Contractor persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited tc, failure to supply sufficient skilled workers cr suitable materials or equipment cr failure to adhere to the progress schedule established under paragraph C.7 as revised from time to time); (7) If Contractor disregards Laws cr Regulations of any public body having jurisdiction; (8) If Contractor disregards the authority of Engineer; or I (9) If Contractor otherwise violated in any substantial way any provisions of the Contract Documents. b. Owner may after giving Contractor (and the surety, if there be one) fourteen (14) days' written notice and to the extent permitted by Laws and Regulations, terminate the services of Contractor, exclude Contractor from the site and take possession of the work and of all Contractor's tools, appliances, construction equipment and nachinery at the site and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion), incorporate in the work all materials and equipment stored at the site or for which Owner has paid Contractor but which are stored elsewhere, and finish the work as Owner nay deem expedient. In such case, Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the Contract Price exceeds the direct, indirect and consequential costs of completing the Work, (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) such excess will be paid to Contractor. If such costs exceed such unpaid balance, Contractor shall nay the difference to Owner. Such costs incurred by Owner will be reviewed by Engineer and incorporated in a Change Order, but when exercising any rights cr remedies under this paragraph Owner shall not be required to obtain the lowest figure for the work performed. I 81 General Conditions City of Fayetteville Sanitary Sewer Inprovenents 11 I I I I LI I I LJ I I I I I Paragraph P.2 continued c. Where Contractor's services have been so terminated by Owner, the termination shall not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability. d. Upon fourteen (14) days' written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy, elect to abandon the work and terminate the Agreement. In such case, Contractor shall be paid for all Work executed and any expense sustained plus reasonable termination expenses, which will include, but not be limited to, direct, indirect and consequential costs (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs). 3. Contractor May Stop Work or Terminate If, through no act or fault of Contractor, the work is suspended for a period of more than ninety (90) days by Owner or under an order of court or other public authority, or Engineer fails to act on any payment request within thirty (30) days after it is submitted, or Owner fails for thirty (30) days to pay Contractor any sum finally determined to be due, then Contractor may, upon fourteen days' written notice to Owner and Engineer, terminate the Agreement and recover from Owner payment for all work executed and any expense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if Engineer has failed to act on an Application for Payment or Owner has failed to make any payment as aforesaid, Contractor may upon fourteen (14) days' notice to Owner and Engineer stop the work until payment of all amounts then due. The provisions of this paragraph shall not relieve Contractor of his obligations under paragraph G.15 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with Owner. General Conditions City of Fayetteville Sanitary Sewer Improvements 82 1 Q. Arbitration 1. Claims, disputes and other matters in question between Owner and Contractor arising cut of, or relating to the Contract Documents or the breach thereof (except for claims which have been waived by the making or acceptance of final payment as provided by paragraph 0.14) nay be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the Anerican Arbitration. Association then obtaining subject to the limitations of this Paragraph Q. The Owner and Contractor must jointly agree to have specific claims, disputes and other natters in question to be settled by arbitration. Arbitration entered into in accordance herewith as provided in this Paragraph Q will be specifically enforceable under the prevailing arbitration law of any court having jurisdiction. 2. Na request for arbitration of any claim, dispute or other matter that is required to be referred to Engineer initially for decision in accordance with paragraph 3.9 will be made until the earlier of (a) the date on which Engineer has rendered a decision or (b) the tenth (10th) day after the parties have presented their evidence in writing to Engineer if a written decision has not been rendered by Enqineer before that date. No request for arbitration of any such claim, dispute, or other matter shall be made later than thirty (30) days after the date on which Engineer has rendered a written decision in respect thereof in accordance with paragraph 3.9; and the failure to request arbitraticn within said thirty (30) days period shall result in Engineer's decision being final and binding upon Owner and Contractor. If Engineer renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence but shall not supersede the arbitration proceedings, except where the decision is acceptable to the parties concerned. No request for arbitration of any written decision of Engineer rendered in accordance with paragraph J.8 will be made later than ten (10) days after the party making such denand has delivered written notice of intention to appeal as provided in paragraph J.B. 3. Notice of the request for arbitration shall be filed in writing with the other party to the Agreement and with the American Arbitration Association, and a copy shall be sent to Engineer for informaticn. The request for arbitration will be made within the 30 day or 1C day period specified in paragraph Q.2 as applicable, and in all other cases within a reasonable time after the 83 General Conditions City of Fayetteville Sanitary Sewer Improvements I I I I I I I I I I I I I I I I I I I 'J I I IE I L I I I I I I I L Paragraph Q.3 continued claim, dispute or other matter in question has arisen, and in no event shall any such request be made after institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. 4. No arbitration arising out of or relating to the Contract Documents shall include by consolidation, joinder or in any other manner any other person or entity (including Engineer, Engineer's agents, employees or consultants) who is not a party to this contract unless: a. The inclusion of such other person or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitration. b. Such other person or entity is substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings. c. The written consent of the other person or entity sought to be included and of Owner and Contractor has been obtained for such inclusion, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to arbitration of any dispute not specifically described in such consent or to arbitration with any party not specifically identified in such consent. 5. The award rendered by the arbitrators will be final, judgment may be entered upon it in any court having jurisdiction thereof, and will not be subject to modification or appeal except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10, 11). General Conditions City of Fayetteville Sanitary Sewer Improvements EYI K. Jiguidated_Daitages or Actual Damages for :emy 1. General Tine is of the essence of this Contract, _iquidated damages or actual damages for delay will be assessed against the Contractor for failure to complete the work within the times) specified in these Contract Documents. 2. Liquidated Damages Should the Contractor fail to complete the work, or any part thereof, in the time stipulated in the Contract or within such extra time as nay have been allowed for unavoidable delays by extensions granted as provided in Paragraph M, the Contractor shall reimburse the owner for the additional expense and damage for each calendar day, Sundays and legal holidays included, that the Contract remains uncompleted after the Contract completion date. It is agreed that the amount of such additional expense and damage incurred by reason of failure to complete the work is the per -diem rate stipulated in the Bid. The said amounts are hereby agreed upon as liquidated damages for the loss to the Owner on account of expense due to the enployment of Engineers, inspectors, construction reviewers, and other employees after the expiration of the tine of completion, and if applicable, expenses incurred by the Owner as a result of the impact of the Contractor on other contractors under this project or other contracts, and on account of the value of the operation of the works dependent thereon. It is expressly understood and agreed that this amount is not to be considered in the nature of a penalty, but as liquidated damages, which have accrued against the Contractor. The Owner shall have the right to deduct such damages from any amount due, or that may become due the Contractor, or the amount of such damages shall be ' due and collectible from the Contractor or his Surety. 3. Actual Damages for Delay Failure to meet the Contract Completion Date(s) by the Contractor will subject the Contractor to liability for all damages suffered by the Owner. Damages that might accrue to the Owner include, but are not limited to, the additional costs for project inspection by others, construction review by RJN Environmental, the Owner's project administration and overhead, the Engineer's project administration and overhead, loss of revenue from the completed facility, delay or impact damages from other Contractors on this Contract or other Contractors on other Contracts resulting from the delay, rental casts incurred by the Owner as a result of delay in completion 85 General Conditions I City of Fayetteville Sanitary Sewer Improvements I ' Paragraph R.3 continued of this Contract, value and use loss arising from this ' delay, and all legal costs associated with administration of this General Condition or with any litigation arising out of this General Condition. The Owner may, without prejudice to any other remedies that may be available, ' withhold from any monies due, or which may become due the Contractor, all damages sustained or which may be sustained in accordance with this paragraph R.3. The ' rights and remedies of the Owner provided inn this paragraph R.3 are in addition to any other remedies provided by law or under this Contract. ' 4. Liquidate Damages will be assessed in accordance with Paragraph R.5 for each calendar day beyond the dates stipulated below: I I I I I I L I I I I I a. For each calendar day beyond the Contractual Date of Substantial Completion until the date when Substantial Completion is achieved. b. For each calendar day beyond the Contractual Date of Final Completion or 30 calendar days after the actual date of Substantial Completion, whichever is later, until the date when Final Completion is achieved. 5. Liquidate damages will be assessed as follows: Final Amount of Contract Less than $1,000,000 1,000,000 and less than 3,000,000 3,000,000 and less than 5,000,000 5,000,000 and less than 10,000,000 10,000,000 and over General Conditions City of Fayetteville Sanitary Sewer Improvements rn E.g.' Liquidated Damages Per Day $1,000 2,000 3,000 4,000 5,000 S. Excess Engineering Costs 3. General Excess engineering costs shall be applicable only during the Contract Time provided in the Agreement. 2. Overtime a. The Owner shall charge to Contractor for all engineering and construction observation expenses incurred by Owner in connection with any overtime work. For any such overtime during the regular specified Contract Time beyond the regular eight hour day and for any time worked on Saturday, Sunday, or holidays, the charges for such personnel will be as provided in the Schedule of Charges below. b. These charges for excess engineering will be deducted from the Contractor's monthly payment request. c. Schedule of Charges to be as follows for all engineering and construction observation expenses incurred by the owner in connection with any overtime work. Personnel Hourly Rate Project Manager $ 75.00 Resident Engineer 60.00 Resident Project Representative 45.00 Clerical/Office Technician 25.00 d. The Contractor shall not work over a 10 -hour day without written permission from the Owner. e. The Engineer shall determine when observation of construction activities beyond the regular eight -hour day is required. 87 General Conditions City of Fayetteville Sanitary Sewer Improvements I I I L H I I I I I 11 I I I I I I I I ' T. Miscellaneous 1. Giving Notice Whenever any provision of the Contract Documents requires the giving of written notice it shall be deemed to have ' been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered ' at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 2. Computation of Time a. When any period of time is referred to in the ' Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on ' a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation. b. A calendar day of twenty-four (24) hours measured from midnight to the next midnight shall constitute a day. 3. General a. Should Owner or Contractor suffer injury or damage to ' his person or property because of any error, omission or act of the other party of any of the other party's employees or agents or others for whose acts the ' other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. I The provisions of this paragraph T.3.a shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. ' b. The duties and obligations imposed by these General Conditions and the rights and remedies available ' hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon Contractor by paragraph G.16.a, N.1, N.7, N.9, O.6, P.2.a and all of the rights and remedies available to Owner and Engineer thereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights ' and remedies available to any or all of them which are otherwise imposed or available to any or all of them which are otherwise imposed or available General Conditions 88 City of Fayetteville 'Sanitary Sewer Improvements I Paragraph T continued I by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph shall be as effective as if repeated specifically ir. the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contract Documents shall survive final payment and termination or cc7..pletion of this Agreement. END OF THIS SECTION I I I L C I I I [1 I I 89 General Conditions City of Fayetteville Sanitary Sewer Improvements 1 SUPPLEMENTARY CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and effect. B. Paragraph E.l: Availability of Lands Add the following sentence to the end of paragraph E.1: Contractor shall confine all construction activities within the easements indicated on the plans. C. Paragraph F.1: Performance and Other Bonds Add the following new paragraphs as part of paragraph F.1: e. Bonds meeting the requirements of Arkansas Highway and Transportation Department are required for all work performed within their right of ways. D. Paragraph F: Bonds and Insurance Add the following paragraph to Paragraph F: 7. Insurance Rating All insurance contracts must maintain a Best's Rating of A: Class VI or better. [1 I I I I I Li E. Paragraph N.7.: Correction Period Modify the heading and first sentence of Paragraph 14.7. as follows: Two Year Correction Period If within two years after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any work is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions, either correct such defective work, or, if it has been rejected by Owner, remove it from the site and replace it with nondefective work. Cl-1 Supplementary Conditions City of Fayetteville Sanitary Sewer improvements I F. Paragraph 0.2.a: Application for Progress Payments ' Delete paragraph 0.2.a and substitute the following new paragraph: a. The Contractor, together with a representative of the Engineer, shall make an estimate of the value of the work performed ten days prior to a specified date each month in accordance with this Contract. The payment due date shall be determined at the preconstruction meeting. G. Paragraph 0.7.1: Review of Payment Requests Modify first sentence of paragraph 0.7.b as follows: 1 a. "If the owner fails to make payment thirty (30) days after receipt of invoice and Engineers approval, in addition to ..." H. Paragraph 0.8: Substantial Completion I Add the following new paragraph as part of paragraph 0.8: 0.8.c. Substantial completion is defined as all excavation, material, labor, bedding, backfill, final restoration, and testing required to complete the work as defined in the Contract documents. Individual job numbers will be considered for substantial completion. I. Paragraph A.17: Engineer Delete paragraph A.17 and substitute the following new 1 paragraph: 17. Engineer - The firms of RJN Environmental Associates, Inc., Consulting Engineers, Dallas, Texas and McClelland Consulting Engineers, Inc., Fayetteville, Arkansas, acting through their authorized representatives. I I I I Supplementary Conditions C1-2 City of Fayetteville Sewer System Improvements I J. Paragraph E.2.a. I I I I I I El I I I I 11 I I C I I Delete paragraph E.2.a and substitute the following new paragraph: No rpottgXaof explorations and tests of subsurface conditions at the site are available. K. Paragraph 0.9 Delete paragraph 0.9 of the General Conditions. L. Paragraph 0.2.d Delete paragraph 0.2.d. and substitute the following new paragraph: d. Applications for payment shall be signed by the Engineer and approved by the Owner, and after such approval, the Owner, subject to the foregoing provisions, will pay or cause to be paid an amount equal to the estimated value of the work performed less a retained amount of ten (10) percent until Final Acceptance by the Owner. M. Tort Immunity The City of Fayetteville has Tort Immunity under Arkansas Law. Nothing in these contract documents shall be construed or interpreted as the City waiving that Tort Immunity. END OF SUPPLEMENTARY CONDITIONS C1-3 Supplementary Conditions City of Fayetteville Sanitary Sewer Improvements I 1 1 1 I 1 1 I CONSTRUCTION FORMS ' SECTION D 1 0 0 0® © o .BURN. NO. Q P V. SPECIFICATION !OS CN M M0- SM. NO DIV SECT SUBMITTAL RECORD CONTRACTOR RE: PROJECT NO. FILE NO. SUBMIT TO: RJN ENVIRONMENTAL RJN ENVIRONMENTAL CONTRACT DRAWING NOS. SUBMITTED BY TEL. A B ' ACTION TAKEN ' W ¢ » 00 W W W ¢ C 3 O I • SW I a W W F G > O W ¢ y 1 7 ¢ 2 a ¢ < H 0 301> o a W ' . ¢ O IC C0' a ~W _ _ = IC a a F a 2 S a y, ¢ a QUANTITY ROUTING DATE SENT DATE RECEIVED SEPIA PRINT DATA MS EM • ........... ........ ' ¢ ¢p O 0 7 J W W J .` ¢ = a OWG. NO. DATED SUPPLIER DESCRIPTION DISTRIBUTION BY REMARKS FILE COPY (I) SUBCONTRACTOR (I) ¢ C BY THESE ARE SUBMITTED AS CHECKED BELOW: 1O DISTRIBUTION BY RJN ENVIRONMENTAL FILE COPY (1) RJN/FIELD (1) ❑ FOR REVIEW ❑ RETURNS CORRECTED PRINT RJN/ (I) ❑ FOR YOUR USE ' BY ❑ AS REQUESTED ❑ FOR INFORMATION I" CONTRACTORS AUTMOIIIZED REPRESENTATIVE a a a a w o a n n �+ a M ti r n 1 O z O m F IwId c C F c: IC w F z w z c s u w a f CA U z N , cli E Cn a W E O E Cza'• m z a 4 O U Ca. C H O G G. F F- EU I-. .. •C Q F CXX w CZ x - O a w C U a a o C).. F .: fr F Cz7 U G C - c F C- o W C CC C. a. CC C 'z F U.]m xar- ' 0.10 E U 4 C CC ' z �n x Hw .r. w r. I C x om w za X ^E a ' ,a 0 0 z w m oN� -+ r z.. 'z U 4F x 0 mu` 0 u W U ' Cam z F v oz , uz ' IC F'T z A< F U FzN•_ z� C U C O C. H!. xN 'u 0 i E . W C F x r+ , C EW zF W W-� W a O U a C on E D � W W Rt E ❑ m O E a H W 0 x 0 3F6zzz� -- .. U z0� 0 U U N 9a_ EQ4i; zE` 0p 0z M W O F z N i C • z F Iww •u �7 c wz� w; ao F U x x x x x x x C a' as w z W G ^ O CD O€- V• zo a 7 F w O r z G O z wv x O�n x Oz` X z� x F V x F x v Z O x x O x a w I F U U N x aaLn x x 2 F x x •U Z x� x • I x x F U O¢ voi F 4 ^ c x X x x x F U G F E zO, z V a }' U M z U, O N C 0 C- M do O'- u O1 y 10 N -I QI ci z y wz I0 O 0 U W 0 1) 0.a. N z Sc a S 0 F In C a W F (x aUa Z w N z z >4 U0 0 a ,u,� E E z F 0 z W z w a a U) zo H 0 F Z o z z w C z 4 a .a o U W H N F o o a a a z 0 t F H z x a x X W a x a) x x O x U X X '-4 .7 H X co It. x ° x z o zz x a w 0 F- U) a a a N R W F 0 F x Ii. 0 H w w W o W 0 z H a H U C w C y d a v A a > 7 U 0) N C It 0 G) ri .-1 W 1) N E I-. 0 w H a OD Cd C N H O •.. F Q C I w I- 0 w U H V. L: U U u 0 U --• ❑ c La ar A ..J C J- '0 LCi 'O w 4 U C C U E$ W 41 Q 0 I C ra c c '• yJ 4 J n E U W O "r C 0.C O 4 7 a 'C t O 'p al U C O ra J a 0 4 E C fCJ L W u C • p it c QOE a « ns C L L'0 U co -1 X U 4 L 0 W c i c c c V:vfKV"0U).4}V1 -I 6) 0 C a� Cp,uL0icCw '0E� QCLWC 41 M " 0 - R 4 r6r C -Co.) N Oct W U O W L'O CC.) • . • • . • . . 4jQ.0R m aJ C $4. 4) C C c m c c w y cur+c p:°Em6u E 0 m b ••a4 WW44 �w� JJa�J C ° ••iJJL ma+ E= C °mac z W r eC 0 4 w '- z VCCQ ^° ICad . •. a W N a Q y 9 C ^ W :)s x E•C O F 0.E N r . . . . . . • • C.J E J U JJ ..i . . . . . . . . y .CI Z W E 0 4 C O Ui) CJ O y4U00 i .r '0 LW.. a *• CO O E 3 E' - C a m yJ .W .-� . . Cd I C T "vvl -0i4 IN c v rsc T• O rC T ..• y . C.. 0 fu O O ••i W J Lr L- U .� C 3 L C)a vE eaw a iJOJ PC Y W Cu r - xCv`Cw ` a T .-o .• dW E• •y m• . mbC 0 e ! F e a C w L 41 ro Cl • • C W . • y rC C .Y 4 •- a ^ E O . uo.. wC -OLO > .p iC Z LrtTr 6•r .o A C C0 C {'• J N •� 4 C • . W . -1 • • rl w 0. C 3 C) U `-+ w W O 0+3 0 a • ...i>,JJ L•• N F yJ•,4aJ U C) •. i�J W E W.. _ c- w W 4 E b tiocMCu'i� O Ca -� �4v c R C r6 w y W 7 4 CL 4 U 'O C 3 C p W C c 0 0 C C O> 0 •� U q J C > U N a 0 y x .CO 4.J W W 440+4) C '0 0 E v Y C G a J>*oW 0. i0 c W 4 L7 r0 7 J E RU W > 0 W 0 0 0. T ea 6 J O JJ i -�1 C) W C y y C ...• 0> L W r6 3 y H 7 4 •-L C W -- C, 0 UO 4000WO 4`CL 4y.-ayW .�•� � O .fir Lgl ti y N #a U A Q U^ W b y 0O O L C C 4J al •C S. y ,L rC U aJ JJ 1<1 'C) d v C ,..,r r.r c a1 •.• .r W L•' '0 W 0.C 3 O N T ' W y 0 4.J y 4J J 0 U O'. J .^ '• W -•i X JJ .0O W O O E k -' 0 J 4 N a .J y W •0 0 yFaFF4w. F 7,Cr F y--, c4-1 4J c C N ,� J W 'C -C r, .0 U •0 W w 0' L R 6 x wt C c .-J F — JCL l•, 1. C 'C 9 U 0 C Z •• .-• '0 LC U J p ,' C G.CC 7 CC. O >• W c 7 U 7 U PJ U O U J U O R ra -n W .E Li H V) 4 H U 0 •C F z z a z w z a 1 I © W y IC ' o r a 0 W z 0 H 0 C O Y^ 0 I 1 1 1 OWNER: PROJECT NAME: LOCATION: CONTRACTOR: CHANGE ORDER SHEET OF, CHANGE ORDER NO. PROJECT NO. DATE: I. DESCRIPTION OF CHANGES INVOLVED: The following changes are hereby made to the Contract Documents: ***For each item, describe the change, the reason for the change, and indicate the adjustment to the Contract Price and the Contract Time.*** 1 Change Order City of Fayetteville Sanitary Sewer Improvements SHEET OF CHANGE ORDER NO. II. CHANGE ORDER CONDITIONS: 1. Any additional work to be performed under this Change Order shall be carried out in compliance with the Specifications included in the preceding Description of Changes involved, with the Supplemental Contract Drawings designated as , and under the provisions of the Original Contract, including compliance with applicable Equipment Specifications, General Specifications, and Project Specifications for the same type of work. 2. This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with the guarantee provisions of the Original Contract, particularly with those pertaining to performance and operation of equipment. 3. Contractor agrees there will be no additional extensions of contract time and no additional increase in Contract Price granted for this Change Order or any previous Change Orders. 4. The Contractor expressly agrees that he will place under coverage of his Performance, Labor and Material, and Maintenance Bonds and Contractor's Insurance all Work covered by this Change Order. The Contractor will furnish to the Owner evidence of increased coverage of his Performance, Labor and Material, and Maintenance Bonds for the accrued value of all Change Orders which exceeds the original Contract Price by twenty percent (20%). III. ADJUSTMENTS IN CONTRACT TIME 1. Final Completion Date of Original Contract . . . 2. Net change due to all previous Change Order 3. Final Completion Date not including this Change Order No. _ . . . . . . . . . . 4. Addition to Contract Time due this Change Order No. _ a. Avoidable Delay Extension. . a a . . . . . . b. Unavoidable Delay Extension. . . . . . . . . . . 5. Final Completion Date including this Change Order Na. _ . . . . . . . . . . Change Order 2 City of Fayetteville Sanitary Sewer Improvements Days Days Days 1 1 1 1 1 1 1 1 I. SHEET OF, CHANGE ORDER NO. IV. ADJUSTMENTS IN AMOUNT OF CONTRACT: 1. Amount of Original Contract $ 2. Net (addition)(reduction) due to all previous Change Orders Nos. to $ 3. Amount of Contract, not including this Change Order $ 4. (Addition)(Reduction) to Contract due to this Change Order $ 5. Amount of Contract including this Change Order $ RECOMMENDED FOR ACCEPTANCE: ( ) (For RJN Environmental Associates, Inc.) Date ACCEPTED: CONTRACTOR: By: ( ) Signature of Authorized Representative Date OWNER: By: ( ) Signature of Authorized Representative Date 3 Change Order City of Fayetteville Sanitary Sewer Improvements I *** Date *** ' *** C:TY LETTERHEAD * 1 Dear Resident: In a continuing program to maintain and upgrade the City sewer , systems, several sewer projects are scheduled this year, including Sanitary Sewer Main Replacement and Rehabilitation, Illinois River Watershed, Basin 10 and Basin 11 for the City of Fayetteville, AR. A *** Cost *** dollar renovation project, financed by the funds will be underway for the next *** State Time ***. This project will include eliminating many sources of stcrrnwater entering the sanitary sewer system from defects in the sanitary sewer system.. Work on this project is scheduled tc begin during *** Name of Week and Month ***. :he Contractor *** Name of Contractor *** of *** Name of City and State *** and cur consulting engineers, RJN Environmental Associates, Inc. in association with McClelland Consulting Engineers, _nc. both have successfully completed similar projects. A very important concern of the City cn a project of this type is the restoration of street and parkway openings. Restoration work will be completed on a timely basis once construction is completed in an area. if you have any questions about this project, please contact *** 1 Name of Resident Engineer ***, RJN Envircn^:ental Associates, at their construction office *** Telephone Number of Construction I Office ***. Sincerely, City of Fayetteville, AR I I I I II I 1 1 1 1 1 1 DMSION 1 - GENERAL REQUIREMENTS ' SECTION D1 1 1 TABLE OF CONTENTS FOR PART D -SPECIAL CONDITIONS DIVISION 1 GENERAL REQUIREMENTS Section Subject D1-1 SUMMARY OF WORK D1-2 CUTTING AND PATCHING D1-3 SUBMITTALS D1-4 MATERIAL AND PERFORMANCE TESTING D1-5 CONTROL OF CONSTRUCTION SITE D1-6 MEASUREMENT AND PAYMENT D1-7 MANHOLE TESTING D1-8 SANITARY SEWER REPAIR TESTING D1-9 SANITARY SEWER CONSTRUCTION TESTING D1-10 TRENCH SAFETY SYSTEM H D1-1 SUMMARY OF WORK A. General Ii. The Plans, special Conditions and Provisions Documents, and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturer's name, ' number or identification included therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the Contractor. The specifications and drawings shall be considered ' cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though ' required by all. Section I of these specifications is made a part of the Contract. I The order of precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines ' listed below: 1. Plans ' 2. Contract Documents 3. Arkansas State Highway and Transportation Department Specifications The following special conditions shall be applicable to this project and shall be given over any conflicts with the Contract Documents under the provisions stated ' above. ' 2. Work Covered By Contract The work to be performed is generally described in the Invitation to Bid and indicated in the Contract Documents. The manhole rehabilitation work to be completed under this contract shall be Work Items No. 1 (Replace Frame and Cover), No. 2 (Frame Seal), No.5 ' (Partial or Complete Replacement), and No. 6 (Replace Bench and Trough) as indicated on the Manhole Work Item Repair Form and as described in the Contract Documents. ' The Owner intends to complete Work Items No.3 (Coat Manhole Walls), No. 4 (Pressure Grout Manhole Walls), and No. 7 (Seal between Slipliner and Pipe) with City forces. A limited number of these work items are included in the Bid Proposal to establish a Bid Price should it become necessary for the Contractor to assist the Owner in the performance of this work. 1 ' D1-1(1) City of Fayetteville Sewer System Improvements 3. Contractor's Duties ' a. Except as specifically noted, provide and pay for: 1) Labor, materials, and equipment. 2) Tools, construction equipment, and machinery. 3) Samples, shipping costs, and tests. , 4) Necessary utilities, such as water supply, electrical power, telephones, roads, fences, and sanitary facilities, including maintenance thereof. 5) Other facilities and services necessary for ' proper execution and completion of work. b. Perform all the work described in these General Requirements except where specifically indicated to be done by others. c. Pay legally required patent fees, sales, consumer, and use taxes. d. Secure and pay for legally required permits, licenses, and government fees. I7 I I e. Give required notices. ' f. Employ workmen and foremen with sufficient knowledge, skill, and experience to perform the work assigned to them. g. Comply with codes, laws, ordinances, rules, regulations, orders, and other legal requirements of public authorities bearing on the conduct of the work. h. Submit written notice to Owners Representative of observed variance of Contract Documents from legal requirements. Any necessary changes will be adjusted as provided in the Contract for changes in the work. i. Enforce discipline and good order among Contractor and subcontractor employees. Any person employed by Contractor or subcontractors who does not perform his work in a skillful manner, is incompetent, or acts in a disorderly or intemperate manner shall, at the written request of Owner, be removed from the project immediately and shall not be employed in any portion of the work without the approval of owner. I I I [l I C City of Fayetteville D1-1(2) Sewer System Improvements I j. Provide at all times facilities for access and inspection of the work by representatives of Owner and by official governmental agencies designated by Owner as having the right to inspect the work. k. Cooperate with other contractors who may be performing work of Owner, and with Owner's employees ' working in the vicinity of the work done under the Contract. Ii. Submit shop drawings on all materials and equipment to be installed on the project. m. The labor classification and minimum wage rates 1 herein were established pursuant to the Arkansas Prevailing Wage Law and shall govern on all work performed by the contractor or any sub -contractor on ' the site of the project covered by these contract documents. At a minimum, the prevailing hourly rate of wages following shall be paid to all workers ' performing work under the contract. The scale of wages shall be posted by the contractor in a prominent and easily accessible place at the work site. 4. Contractor's Use of Premises I I [1 1 H II I a. Confine operations at site to areas permitted by law, ordinances, permits, and the Contract Documents. b. Do not load or permit any part of a structure to be subjected to any force that will endanger its safety. c. Comply with and enforce Owner's instructions regarding signs, advertisements, fires, and smoke. d. Assume responsibility for protection and safekeeping of products stored on premises. e. Do not discharge smoke, dust, or other contaminants into the atmosphere, or fluids or materials into any waterway as will violate regulations of any legally constituted authority. f. Move stored products which interfere with the operations of Owner or other Contractors. g. Obtain and pay for additional storage or work areas needed for operations. h. No alcohol shall be consumed on the site. D1-1(3) City of Fayetteville Sewer System Improvements Page 1 of 2 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETTERMINATI0N - HEAVY RATE DATEt March 26, 1993 DETER.MINAPICN #: 92-180 PROJECTi Sanitary Sewer Main COUNTY: Washington Rehabilitation, Illinois EXPIRATION DATE: 9-26-93 iiiver Watershed 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 Fornsetter Laborer Pipelayer Powder:r.an Vibratorman Painter Pile Driver Leadman Power Equipment Operators: Aggregate Spreader operator ,Asphalt Plant Fireman Asphalt Plantdrier Operator Batch Plant Operator bulldozer operator: Finish Rough BASIC HOURLY RATE 7.20 7.20 7.2C 8.75 Bull Float Operator Concrete curing Machine Operator Concrete Mixing Operator: Less than 5 sacks 5 sacks or more Baclhoe-Rubbertired 1 yard or less Cherry Picker Operator Concrete Paver Operator Concrete Spreader Operator Crane, Derrick, Dragline, Shovel, Sackhoe Operators: 1-1/2 yards or less Over 1-1/2 yards Crusher operator Distributor Oporator 6.30 5.45 5.15 5.15 5.a5 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 I I I I I I I Li I I City of Fayetteville D1-1(4) Sewer System Improvements C I I Page 2 of 2 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION - HEAVY RATE DATE: March 26, 1993 DETERMINATION 0* 92-180 PROJECT; Sanitary Sewer Main COUNTY: Washington Rehabilitation, Illinois EXPIRATION DATE* 9-26-93 River Watershed Fayetteville, Arkansas CLASSIFICATION ' Drill Operator (wagon or truck) Elevating Grader Operator Euclid or like Equipment Operator I I I I I I I I I I (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 creaser Pile Driver Operator Pc er 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 than 3000 lbs.) Truck Drivers (Heavy -acre than 3000 lbs.) Well Drillers HOURLY FRINGE RATE BENEFITS 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 6.90 ' Welders -receive rate prescribed for craft performing operation to which welding is incidental. I I] CERTIFIED JULY 6 1992 D1 -1t5) City of Fayetteville Sewer System Improvements I i. Existing Manhole Steps The steps cf the existing manholes can not be guaranteed for safety, therefore, Contractor shall provide all necessary equ_pnent to assure safe access and a safe wcrkinq environment inside the nanhole. 5. Existing Facilities I a. The existing facilities will be in continuous operation during the construction period. b. Plan and conduct construction operations to avoid disturbing existing structures, piping, equipment, and services in any manner which will interrupt or impair operations, except as approved by owners Representative. C. Submit for approval a construction sequence, and written explanations of the temporary facilities and appurtenances intended to be used in maintaining the uninterrupted operation of the existing sanitary sewer system and any other affected utilities. 6. Sequence of Construction a. .he Contractor shall contact property owners 48 hours in advance describing the work to be performed on private property prier to any construction or rehabilitation work on that property. b. Repair items associated with all nanhole rehabilitation shall be performed in the presence of the Resident Engineer or such work will not be accepted by Engineer. c. The Contractor shall perform exploratory excavations as directed by the Engineer prior to replacement sewer construction. The purpose of the exploratory excavations is to allow the Contractor to verify the invert elevations of existing utilities which were calculated during design. Accordingly, elevations and locations will be verified by the Contractor prior to ordering any materials or performing any work. The locations of the exploratory excavations deemed to be necessary to ensure the integrity of the proposed design are listed as follows: 1) Job No. 3006, Plan sheet 8, locate end of I sewer line. 2) Jab No. 3011, Plan sheet 9, locate end of sewer line. I City of Fayetteville D1-1(6) Sewer System Improvements I I I I I I T I I I I I n I I I 3) Job No. 3012, Plan sheet 9, locate end of sewer line. 4) Job. No. 3004, Plan sheet 7, verify location/elevation of utilities, 5) Job No. 3024, Plan sheet 14, verify location/elevation of utilities. 6) Job No. 3027, Plan sheet 15, verify location/elevation of utilities. d. The Contractor shall schedule the replacement of manhole frame and covers and frame sealing to commence within 20 days of the Notice to Proceed. The Contractor shall also schedule the work to allow for the completion of a minimum of 20 manhole frame and cover replacement and frame sealing per week. This is necessary to allow the Owner sufficient time to complete the manhole coating prior to October 15, 1993. e. The Contractor shall schedule the work to start at the downstream end of new relief lines and work toward the upstream end. No work will be permitted on the upstream end of relief lines until relief lines required downstream have been installed without written authorization from Owner's Representative. f. Sanitary sewer line spot repairs and sanitary relief sewers or replacement sewers shall be scheduled together for construction when in the same immediate vicinity. g. Excavation work shall be performed in an orderly manner so that all excavation work is completed in an area before moving to another area unless authorization is given by the Engineer or Owner. h. Prior to final surface restoration, the Contractor shall insure that all testing has been completed and reviewed by the Engineer. i. The Contractor shall submit to the Engineer each night the next days proposed activities. j. The Contractor shall submit a weekly schedule on each Thursday for the next week's construction activities. k. A revised monthly progress schedule shall be submitted with each payment request. 1. The Contractor shall maintain flow in the existing C D1-1(7) City of Fayetteville Sewer System Improvements I sanitary sewer lines until all connections have been made to the proposed system. All connections to existing manholes shall be considered a non -pay item. in. The City shall not reimburse the Contractor for any water used to perform the work as required in the contract. ' n. .he Contractor shall provide all sanitary sewer by- passes as required to perform the work as specified .n the plan and specifications as a non -pay item. o. The Contractor shall preserve all trees, shrubs, sprinkler systems, fences, and other property owner improvements located within the limits of the construction. The removal and/or replacement of the said property owner improvements by the Contractor shall be considered as a non -pay item unless noted otherwise. p. All local residents who will be denied access to their driveways shall be notified by the Contractor two (2) working days prior to the closure of their access. q. All driveways which are open cut shall have at least a temporary riding surface at the end of each day and will be considered a non -pay item. r. Project signs shall be required in accordance with the Supplementary Conditions, and shall be considered a non -pay item. S. Clay dams or concrete dams (1500 psi minimum) (see detail sheet of the Drawings) shall be constructed at locations as noted on the drawings or as directed by the Engineer. Compensation for furnishing all material and installation and incidental and all appurtenant work shall be included in the Contract unit price for each dam constructed as indicated in the proposal. t. All cast iron frames and lids from manhole structures which are required to be removed per the Manhole Repair Work Item Schedule (Section G), shall be disposed by the Contractor at no additional cost to the Contract. I [l. City of Fayetteville D1-1(8) , Sewer System Improvements 10. Abbreviations The following abbreviations as used in the Contract Documents have the listed meanings: A. . . . . . ampere AASHTO . . . . American Association of State Highway and Transportation Officials ACI . . . . . American Concrete Institute ANSI . . . . . American National Standards Institute AREA . . . . . American Railroad Engineers Association ASTM . . . . . American Society for Testing and Materials AWWA . . . . . American Water Works Association Bil . . . . . basic impulse insulation level BOD . . . . . biochemical oxygen demand btu . . . . . British Thermal Unit C . . . . . . degrees Celsius cc . . . . . . cubic centimeter cf. . . . . . . cubic foot cfm . . . . . cubic feet per minute Co . . . . . . Company conc . . . . . concrete Corp . . . . . Corporation CRSI . . . . . Concrete Reinforcing Steel Institute cu. . . . . . cubic cy . . . . . . cubic yard F . . . . . . degrees Fahrenheit FIA . . . . Factory Insurance Association ' FM . . . . . . Factory Mutual fpm . . . . . feet per minute fps . . . . . feet per second ft . . . . . . feet FS . . . . . . Federal Specifications g . . . . . . gram ' ga . . . . . . gauge gal . . . . . gallon gpd . . . . gallons per day gpm . . . . . gallons per minute H -O -A . . . . Hand -off -automatic h. . . . . . hour ' HP . . . . . . horsepower hz . . . . . . hertz U J IEEE . . . . . Institute of Electrical and Electronic Engineers Inc. . . . . . Incorporated L . . . . . . Liter lb . . . . . . pound lbs . . . . . pounds 1 D1-1(9) City of Fayetteville Sewer System Improvements max . . . . . maximum min . . . . minimum mg/L . . . . milligrams per liter mgd . . . . . million gallons per day mm . . . . . . millimeter MS . . . . . . Military Specifications NBBPVI . . . . National Board of Boiler and Pressure Vessel Inspectors NBS . . . . National Bureau of Standards NEC . . . . . National Electrical Code NFS.A . . . . . National Electrical Manufacturers Association NFPA . . . . . National Fire Protection Association no . . . . number OSHA . . . . . Occupational Safety and Health Administration ppm . . . . . parts per million psf . . pounds per square foot psi . . . . . pounds per square inch gauge pvc . . . . . polyvinyl chloride SDHPT . . . . Texas State Department of Highways and Public Transportation sf . . . . . . square feet sq . . . . . . square SSPC . . . . . Steel Structural Painting Counsel sy. . . . . . . square yard V . . . . . . volt :L Underwriters Laboratory U.S . . . . United States END OF SECTION D1-1 City of Fayetteville D1 -1(1O) Sewer System Improvements I ' D1-2 CUTTING AND PATCHING A. General ' 1. Description a. Cutting and patching shall include the cutting (including excavation), fitting, or patching necessary to: Ii) Remove and replace defective work. 2) Remove and replace work not conforming to the Contract Documents. 3) Remove samples of completed work for specified testing. 4) Install specified work in existing construction. 5) Inspection of covered work. 6) obtaining samples of completed work for testing. 7) Alteration of completed work. b. Work performed by another Contractor shall not be cut or altered without written consent of Owners Representative. 2. Submittals ' a. Before doing any cutting submit a written notice to Owners Representative requesting consent, including: ' 1) Description of affected work. ' 2) Necessity for cutting. 3) Scope of cutting and patching. ' 4) Trades and products to be used and extent of refinishing. b. Prior to doing cutting and patching identified in writing by Owners Representative as additional work, submit a cost estimate. ' c. Notify Owners Representative when work is to be performed. 1 D1 -2(l) City of Fayetteville ' Sewer System Improvements I B. Materials I Materials used for replacement of work removed shall comply with the Specifications for the type of work to be done. C. Execution i 1. Provide shoring, bracing, and support as necessary to maintain structural integrity of the project and to conform with all safety requirements established by law. 2. Protect adjacent portions of work and existing facilities from damage due to cutting and patching operations. 3. Execute excavating and backfilling as specified. 4. Restore work which has been cut or removed. Install new products to provide completed work meeting all requirements of the Contract Documents. 5. Refinish entire surfaces as necessary to provide an even and uniform finish. D. Measurement and Payment I Cutting and patching required to perform the work will not be measured nor paid for separately. The cost shall be included in the Contract Price for the items of work that require cutting and patching. END OF SECTION D1-2 C I C I I City of Fayetteville D1-2(2) Sewer System Improvements I I I A. I I D1-3 SUBMITTALS Progress Schedule 1. Prepare a detailed progress schedule in graphic form showing proposed dates of starting and completing each major division of the work, monthly completion percentages, and anticipated monthly payment requests. 2. The schedule shall be consistent with the time and order of work requirements of the Specifications, and shall be the basis of Contractor's operations. 3. A condensed critical path method schedule is preferred ' but another practicable form of presentation will be acceptable. ' 4. Submit three copies to Engineer within 10 days after the effective date of Award. I5. At the end of every pay request period, submit a revised schedule showing the current status of the work as compared to the projected status. The current application for a progress payment will not be processed until the revised schedule is delivered to Engineer. ' B. General 1. Shop Drawings, Project Data, and Samples 1 a. General ' Submit to Owners Representative shop drawings, project data, and samples required by the Specifications. ' b. Shop Drawings 1) Shop drawings are original drawings prepared by ' the Contractor, subcontractors, suppliers, or distributors which illustrate some portion of the work and show fabrication, layout, setting, ' or erection details of equipment, materials, and components. 2) Unless otherwise instructed, submit to Owners Representative for review and approval three prints of each plan or two prints and one reproducible sepia or reproducible on vellum. ' Owner Representative will return with review comments one print or one reproducible. I D1-3(1) City of Fayetteville Sewer System Improvements I 3) Shop drawings shall be 8-1/2 by 11 inches, 8-1/2 by 14 inches or standard size plans, or as directed by Owner Representative, and shall be clearly identified as to location of the equipment, material, and apparatus in the work. 4) Fold drawings to an approximate size of 8-1/2 by 11 inches in such a manner that the title block will be located in the lower right hand corner of the exposed surface. Roll, de net fold, reproducible copies of drawings. 5) Furnish Owner Representative, as requested, without extra charge, the number of ccs.plete sets of prints of shop drawings as Owner Representative shall request for office files and for use in the field. c. Project Data 1) Project data are manufacturers' standard schematic drawings, catalog sheets, brochures, diagrams, schedules, performance charts, illustrations, parts lists and other standard descriptive data. 2) Modify drawings to delete information not applicable and to add information applicable to the project. 3) Mark copies of printed material to identify pertinent materials, products, or models, , 4) Show dimensions and clearances required, performance characteristics and capacities, and wiring diagrams and controls. 5) Submittal procedures shall be the same as for , shop drawings. d. Samples 1) Samples are exaa.ples to illustrate materials, equipment, cr workmanship, and to establish standards by which completed work is judged. 2) Samples submitted shall be of sufficient size and quantity to illustrate functional characteristics of product or material and full range of colors available. 3) Field samples and mock-ups when required by the specifications shall be erected at the project site where directed. 1 L I City of Fayetteville D1-3(2) Sewer System Improvements I I e. Contractor Responsibilities 1) Review and approve shop drawings, project data, and samples before submitting them. 2) Verify field measurements, field construction ' criteria, catalog numbers, and similar data. 3) Coordinate each submittal with the requirements of the Contract Documents. 4) Submit shop drawings for major equipment items in one package to permit checking complete installation details. 5) In a clear space above the title block, or on the back, hand stamp the following, and enter the required information: Name of Owner - City of Fayetteville Project Name - Sanitary Sewer Main Replacement and Rehabilitation, Illinois River Watershed, Basin 10 and Basin 11 Date Identification Contract Drawing No. Specification Section This document has been checked for accuracy of content and for compliance with the Contract Documents and is hereby approved. The information contained herein has been coordinated with all involved Contractors. Contractor I I I Signed 6) Contractor's responsibility for errors, omissions,and deviations from requirements of the Contract Documents in submittals is not relieved by Owners Representative's review. 7) Notify Owners Representative, in writing at time of submittal, of deviations in submittals from requirements of the Contract Documents. I D1-3(3) City of Fayetteville Sewer System Improvements I 8) Do not install materials cr equipment which require submittals until the submittals are returned with Owners Representative's stamp and initials or signature indicating review. 9) Revise returned shop drawings as required and resubmit until final approval is obtained. indicate on the drawings any changes which have been nade other than those requested by Owners Representative. 10) Submit new project data and sam.p]es when the , initial submittal is returned disapproved. 11) No claim will be allowed for damages or extension of time because of delays in the work resulting from rejection of material or from revision and resubmittal of shop drawings, project data, or samples. f. Owners Representative's Duties 1) Owners Representative will review submittals for compliance with the Contract Documents and with the design concept of the project. 2) Review of a separate item does not constitute acceptance of an assembly in which the item ' functions. 3) Owners Representative returned copy of each be marked to indicate "Furnish as Corrected Review Required". The signed certifying the will affix a stamp to the submittal. The stamp will "Furnish as Submitted", ", "Rejected", or "No stamp will be initialed or submittal review. 2. video Tape Recordings of Surface Conditions a. Video tape recordings of surface conditions shall be provided for all relief sewers, replacement sewers, and sewer point repairs. b. The following location information shall be provided on color audio -video tape recording. 1) Audio: Each recording shall begin with a verbal description of the current date, project name and municipality and be followed by the general location, i.e., name of the street, viewing side and direction of progress. I I I City of Fayetteville ❑1-3(4) Sewer System. Improvements I I I I I I I I I I I I I I I 2) Video: Transparent information must appear on the viewing screen. This information will consist of the date and time of recording. The data information will contain the month, day and year. 3) Digital: To preclude the possibility of tampering or editing in any manner, all video recordings must, by electronic means, display continuously and simultaneously generated transparent digital information to include the date and time of recording. The date information will contain the month, day and year. c. The taped coverage shall include all surface features located within the zone of influence of construction supported by appropriate audio description. Audio description shall be made simultaneously with video coverage. Such coverage shall include, but not be limited to, all existing driveways, sidewalks, fences, curbs, ditches, roadways, landscaping, trees, culverts, headwalls, retaining walls, or buildings located within such zone of influence. Particular and detailed attention shall be given to any defects noted, such as cracks, disturbed areas, damaged items, or as may be required by the Engineer. It is the intent of this coverage to accurately and clearly document pre-existing conditions and especially any items that could result in construction claims. The excavation areas shall be physically marked with high visibility fluorescent paint prior to video taping. The markings shall include the job number and stationing. d. The zone of influence shall be defined as an area within 30 feet of the proposed work, and an additional 20 feet of supplemental coverage shall be provided in residential areas. e. The Contractor shall be able to televise and tape areas with paved roads, along co -owned easements through parks, lawns, and open fields. If video taping on private property, the Contractor shall give the Owner sufficient prior notice of such entry so that property owners may be advised of and their permission obtained for the work. f. To produce the proper detail and perspective, adequate lighting will be required to fill in the shadow area caused by trees, utility poles, road signs and other such objects in residential areas or as directed by the Engineer. I D1-3(5) City of Fayetteville Sewer System Improvements I g. Houses and buildings shall be identified visually by house number, when visible, in such a :canner that structures of the proposed system, i.e., manholes on a sewer system and hydrants cn a water system, can be located by reference. h. The rate of speed in the general direction of travel of the conveyance used during taping shall not exceed 48 feet per minute in residential areas, nor exceed 100 feet per minute in non-residential areas. Panning rates and zoom -in, zoom -out rates shall be controlled sufficiently such that during playback will produce clarity of the object viewed. The playback picture shall be in focus and be of extreme clarity at all times. i. A]] taping shall be done during times of good visibility. Na taping shall be done during periods of visible precipitation, or when more than 10% of the ground area is covered with snow, unless otherwise authorized by the Engineer. j. The Owner shall have the authority to designate what areas may be omitted or added for audio -video coverage. k. All tapes (cassettes and cases) shall be properly identified by tape nunber, location and project name and municipality in a manner acceptable to the Owner. 1. A record of the contents of each tape shall be supplied by a run sheet identifying each segnent in the tape by location, i.e., roll number, street or road viewing, tape counter number, viewing side, point starting from, traveling direction and ending destination point. M. Conventional wheeled vehicles can not be used. n. Audio -video VHS tape, 3M T60 broadcast type or equivalent tapes shall be one-half inch (1/2") color video -cassette player/recorder. An effort should be made to utilize the same recorder that would be required for review of the sewer line televising. o. Video output from camera(s) used must be capable of producing NTSC-525 lines/60 fields. Resolution shall have a minimum 260 TV lines at center, for optimum color imagery and minimum lag through ten (10) foot candles, with Geometric Distortion not to exceed 1.5% of Picture Height at any point in picture area. El I I I r1 II I I I I I [] I I City of Fayetteville D1-3(6) Sewer System Improvements I I I I I Li I I Hy Li I p. The equipment shall be capable of a minimum of 240 lines horizontal resolution. Camera shall have character/time generators. VCR shall be General Electric Model 9- 7215 or equivalent, with a Mitsubishi Model CS -1903 recorder/tuner, with adapter, connector plugs, and still frame capability. q. Any portion of the video tape recording not conforming to specifications shall be rejected. r. Any taped coverage not acceptable to the Owner shall be refilmed at no additional charge. The Contractor shall reschedule unacceptable coverage five (5) days after being notified. s. All taping shall be performed by Contractor and reviewed prior to construction. t. One original and two copies are to be provided. Original to Owner, one copy to Engineer, and one copy to Contractor. 3. Final Inspections a. Notify Owner in writing when project, or designated portion of project, is substantially complete. b. Owners Representative will make an inspection of the substantially completed work, and prepare and submit to Contractor a list of items to be completed or corrected. c. Take immediate steps to remedy the listed deficiencies, and notify Owner in writing that the project is complete and ready for final inspection. ' d. Owners Representative will make a final inspection and, if he considers the work is complete, he will ' notify Owner that the work is ready for final acceptance. 4. Closeout Submittals a. Special guarantees and bonds. [1 b. Certificates of inspection required by laws and ordinances for mechanical and electrical work, and any other legally required inspections. I D1-3(7) City of Fayetteville Sewer System Improvements I c. Contractor's Waiver of Liens. d. Separate Waivers of Lien for subcontractors, suppliers, and others with lien rights against property of Owner. e. Final payment estimate. 5. Work Schedule a. Prepare a detailed weekly work schedule and submit the schedule to the Owners Representative on the Thursday before the schedule is to take effect. b. Contractor shall update the weekly work schedule on a daily basis so to advise the Owners Representative where and on what the Contractor will be working. c. Work schedule shall include, but not be limited to, , a listing of job numbers and manholes that will be worked on a daily basis and a brief description of the type of work to take place. C. Measurement and Payment Payment will be at the contract lump sun price fcr Video Documentation which price shall include all labor, equipment, and materials necessary to complete the work. No other Contract Prices are established for Submittals. END OF SECTION D1-3 I I I [l [1 1 City of Fayetteville D1-3(8) , Sewer System Improvements I I I A. General ' 1. Scope LJ I I I I I I D1-4 MATERIAL AND PERFORMANCE TESTING a. Perform the inspections and tests required by the Specifications. b. Provide product certification as required by the Specifications. c. Neither observations by Owners Representative, nor inspections, tests, or approvals by other than Contractor, shall relieve Contractor from his obligation to perform the work in accordance with the requirements of the Contract Documents. 2. Testing Laboratory Services a. Employ the services of an independent testing laboratory to perform specified services. b. Obtain approval of Owner before employing laboratory. c. Laboratory shall meet "Recommended Requirements for Independent Laboratory Qualification" published by the American Council of Independent Laboratories. Id. Laboratory shall meet basic requirements of ASTM E329, "Standards of Recommended Practice for Inspection and Testing Agencies for Concrete and Steel as Used in Construction". 3. Laboratory Duties a. Perform specified tests and services. b. Comply with specified standards, ASTM, other ' recognized authorities, and as specified. c. Ascertain compliance with requirements of Contract Documents and so note in writing on all reports. ' d. Promptly notify Owners Representative and contractor of irregularities or deficiencies of work observed ' during performance of services. e. Promptly submit three copies of reports of inspections and tests to Owners Representative. ' D1-4(1) City of Fayetteville Sewer System Improvements I 1. Include in the reperts, the date, project title, nunber, name and signature of inspector, date of inspection or sample, record of temperature and weather, date of test, identification of product and Specification Secticn, location in project, type of test, and observations regarding compliance with requirenents. 4. Contractor's Responsibilities , a. Cooperate with laboratory personnel. b. Provide laboratory with samples of materials to be tested in required quantities. C. Furnish to the Owners Representative three copies of , test results. d. Provide facilities for storage and curing of test samples. e. Notify Owners Representative sufficiently in advance ct time and place of tests to be made at point of m.anufacture, assembly, or fabrication to permit Cwners Representative to witness tests if he so desires. B. Measurement and Payment I No Contract Prices are established for Material and Performance Testing with the exception. of compaction test as set forth in Section D2 -]C. 1 END CF SECTION ❑1-4 I I I I City of Fayetteville D1-4(2) Sewer System Improvements I I I A. General D1-5 CONTROL OF CONSTRUCTION SITE ' 1. Removal of Debris ' Keep the work sites free from accumulating waste materials and rubbish caused by his work or employees. All materials and equipment required on the site shall be kept in such a manner so as to cause a minimum of inconvenience and nuisance to other Contractors and the general public. The site shall be kept broom clean. ' 2. Traffic Control a. Contractor shall, at all times, conduct the work in such a manner as to insure least obstruction to vehicular and pedestrian traffic while paying particular attention to avoid inconvenience in hospital and school zones. Notify Owners Representative at least three work days in advance of starting any construction work which might inconvenience or endanger traffic. A minimum of one ' lane shall be open to traffic at all times. b. Submit a traffic control plan to Owner, Owners Representative, and appropriate highway official ' three days prior to closing any road. Contractor shall inform police, fire, public works, and bus service companies on the day of closure. ' c. When any section or portion of road is closed to traffic, provide, erect, and maintain barricades, ' red flags, detour signs, and torches or lights at each end of the closed section, at all intersecting roads, and at all locations shown on the plans. ' d. Contractor shall provide a sequencing arrow panel when performing construction on heavily traveled roads and streets. The sign panel shall consist of ' a minimum of 22 amber lamps. The lamps shall be divided into two groups of three arrowheads each with arrowheads of each group aligned or behind the ' other laterally and the arrowheads of separate groups being opposed. I I D1 -5(l) City of Fayetteville Sewer System Improvements I e. Replace any traffic sign or post which has been damaged or removed because of the contractor's operations. f. Contractor shall provide access to private property Driveways, sidewalks, and alleys shall not be blocked for periods greater than two hours. 3. Fencing shall be placed around open excavation or trenches at the end of a day in a manner acceptable to the Owners Representative and the Owner. Fencing and placement of same shall meet the approval of the Owners Representative. 4. Equipment Operation a. Where the Contractor's equipment is operated on any portion of a traveled surface or structures used by traffic on or adjacent to the section under construction, the Contractor shall clean the traveled surface of all dirt and debris at the end of each days operations. The cost of this work shall be included in the unit price bid and no additional compensation will be allowed. b. Protect traveled surfaces and structures on or adjacent to the work, in a manner satisfactory to the Owners Representative, from damage by lugs or cleats or equipment. Walking of tracked -rolled equipment directly on paved streets, driveways, curbs, cr sidewalks shall not be allowed. c. Equipment used in the performance of the work shall comply with legal loading limits established by the statutes of State or local regulations when moved over or operated on any traveled surface or structure unless permission in writing has been issued by the Owners Representative. Before using any equipment which may exceed the legal loading, the Contractor shall secure a permit, allowing ample time for an analysis of stresses to determine whether or not the proposed loading is within safe limits. The Owner will not be responsible for any delay in construction operations or for any costs incurred by the Contractor as a result of compliance with the above requirements. I El I I I I Li I I I I I I Li I I [1 City of Fayetteville D1-5(2) Sewer System Improvements u I I I I r II I I I I I I I I 5. Utilities a. The Contractor shall notify public and private utility companies which may have overhead or underground facilities in the area at least 48 hours before construction begins. The Contractor shall make necessary arrangements for having these companies to locate, protect, brace or move their facilities as may be necessary for construction of the improvements. Costs incurred due to the moving, bracing, or protection of utilities or in satisfying the requirements of the utility companies shall be incidental to the cost of the proposed improvement. b. The Contractor shall proceed with caution with excavation operations so that the exact location of underground utilities and structures, both known and unknown, may be determined. The Contractor shall take all reasonable precautions against damage to the utility or structure. However, in the event of a break in an existing utility, he shall immediately notify a responsible official from the organization operating the utility. The Contractor shall lend all possible assistance in restoring service, and shall assume all costs connected with the repair of any damaged utility. c. It is understood and agreed that the Contractor has considered in his bid all of the permanent and temporary utility appurtenances in their present or relocated positions and that no additional compensation will be allowed for any delays, inconvenience, or damage sustained by him due to any interference from the said utility appurtenances or the operation of moving them either by the utility companies or by him; or on account of any special construction methods required in prosecuting his work due to the existence of said appurtenances either in their present or relocated positions. d. The Drawings do not show all underground or above ground utilities. The information shown concerning utilities is based on information provided by the Utility Owner. This information is not guaranteed to be correct. 6. Accident Reporting a. Notification Accidents occurring on the job which damage public or private property, or result in injury to workers or other persons, shall be promptly reported to the Police Department. I D1-5(3) City of Fayetteville Sewer System Improvements b. Utilities Accidents involving utilities shall also be reported to then. This applies to all accidents, including, but not limited to, traffic accidents, broken pipe lines, power and telephone facilities and damage to adjacent properties. 7 Measurement and Payrr.ent No Contract Prices are established for Control of Construction Site. END OF SECTION D1-5 City of Fayetteville D1-5(4) Sewer System Improvements I D1-6 MEASUREMENT AND PAYMENT ' A. General The Contract price shall cover all Work required by the Contract Documents. All costs in connection with the proper and successful completion of the Work, including furnishing ' all materials, equipment, supplies, and appurtenances; providing all equipment and tools; and performing all necessary labor and supervision to fully complete the Work, ' shall be included in the unit and lump sum prices bid. All Work not specifically set forth as a pay item in the Agreement shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be ' included in the Contract prices. 1. Estimated Quantities ' Quantities stipulated in the Bid Form or Contract Documents are approximate and are to be used only (a) as a basis for estimating the probable cost of the Work and (b) for the purpose of comparing the bids submitted for the Work. The actual amounts of work done and materials furnished under unit price items may differ from the estimated quantities. The basis of payment for work and materials will be the actual amount of work done and materials furnished. Contractor agrees that he will ' make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the estimated amounts therefore. 2. Measurements and Payments Payments will be made in accordance with the General Conditions for actual quantities constructed or installed in accordance with the Contract Documents, be they more or less than the listed quantities; said quantities being measured as hereinafter specified. 3. Items Not Listed In Contract There shall be no measurement or separate payment for any items not listed in the Contract and all costs ' pertaining thereto shall be included in the contract unit prices for other items listed. I END OF SECTION D1-6 rI I D1-6(1) City of Fayetteville Sewer System Improvements I I IA. General ' 1. Scope D1-7 MANHOLE TESTING This section describes manhole testing to effectively ' confirm the watertight integrity of new manholes and existing manholes following infiltration related repairs and inflow related repairs. 2. Description a. Infiltration may be observed in manhole defects at manhole walls, pipe seals or bench/trough areas. Infiltration related repairs are intended to eliminate leakage of groundwater into manholes. ' b. Inflow may be observed in manhole defects at manhole frames, covers, frame seals, grade adjustments, grade adjustment seals, corbels, or walls. Inflow related repairs are intended to eliminate sources of surface water entry that become active during rainfall events. 3. Testing, Observations and Guarantee Period ' a. The testing required shall be performed by the Contractor at locations designated by the Engineer and documented to the satisfaction of the Engineer. b. The Contractor shall test rehabilitation work completed by the Contractor and by the Owner. Testing shall not be performed on a specific manhole ' until all work as shown on the Manhole Work Item Repair Form has been completed for that specific manhole. I I I B. I I c. Any rehabilitated manholes or new manholes that are observed to be leaking by the Engineer shall be subject to additional repairs. The Contractor shall only be responsible for all additional repairs of those work items completed by the Contractor. Materials Not specified. [.I D1-7(1) City of Fayetteville Sewer System Improvements I C. Execution , 1. Infiltration Testing a. At least 20 percent of rehabilitated manholes and 100 percent of new manholes shall be vacuum tested by the Contractor in the presence of the Engineer for sources of infiltration. Testing will be made during high groundwater conditions, wherever possible, and the 20 percent sample will be selected by the Engineer. All testing shall be performed in the presence of the Engineer. b. Manholes shall be tested after installation with all connections (existing and/or proposed) in place. Drop -connections and gas sealing connections shall be installed prior to testing. The lines entering the manhole shall be temporally plugged with the plugs braced to prevent them from being drawn into the manhole. The plugs shall be installed in the lines beyond drop -connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of 10 inches of mercury shall be drawn, and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. If the drop in the level is less than 1 -inch of mercury (final vacuum greater than 9 inches of mercury), the manhole will have passed the vacuum test. After a successful test, the temporary plugs will be removed. The required test time is determined from Table I. . MINIMUM TIME RECD IREO FOR A VACUUM OROP OF 1" H9 (10"H9 - 9"H9) (MIN:SEC) HEiGMT OF M.H. (DEPTH IN FT.) 48" M.M. 60" M.N. 72" U.N. 0 - 20' :4C :50 1:00 22' :44 :55 ':06 24' :48 1:00 1:12 26' :52 1:05 1:18 28' ;56 1:10 1:24 30' 1:00 1:15 1:30 AOCITIONAL 2' DEPTHS -ADO FOR EACH 2' :04 :05 :06 I I I I I I I I I I I I I I I I City of Fayetteville D1-7(2) Sewer System Improvements I I I I I I L I I I I I I I D I I I c. Manhole vacuum levels observed to drop greater than 1 -inch of mercury (Final vacuum less than 9 inches of mercury) will have failed the test and will require additional rehabilitation. The Contractor shall make the necessary repairs at no additional compensation for only those work items completed by the Contractor. The manhole shall then be retested as described above until a successful test is made. If more than five percent of rehabilitated manholes tested fail the test, an additional 20 percent of the rehabilitated manholes shall be tested by the Contractor in the presence of the Engineer and the process repeated until all rehabilitated manholes have been inspected or testing has indicated satisfactory rehabilitation. 2. Inflow Testing a. At least 20 percent of rehabilitated manholes and 100 percent of new manholes shall be dyed water tested. The Engineer shall select the 20 percent samples to be tested. Manholes shall be dye water tested in the presence of the Engineer. The dye test shall consist of applying a concentrated dye solution around the manhole frame. Dyed water shall be applied for at least ten minutes. b. Manholes observed to be actively leaking will have failed the test and will not be acceptable. Manholes failing the test will require additional rehabilitation by the Contractor at no additional compensation. The Contractor shall be responsible for only those work items completed by the Contractor. The manhole shall then be retested as described above until a successful test is made. If more than five percent of the rehabilitated manholes tested fail the test, an additional 20 percent of the rehabilitated manholes shall be tested in the presence of the Engineer and the process repeated until all rehabilitated manholes have been inspected or testing has indicated satisfactory rehabilitation or construction. Measurement and Payment No contract unit prices are established for manhole testing. However, specific sections of the Contract Documents indicate that certain percentages of various contract prices will not be eligible for payment unless testing has been performed. END OF SECTION D1-7 I D1-7(3) City of Fayetteville Sewer System Improvements I I IA. General ' 1. Scope I I U L1 LI I I I I I I IL D1-8 SANITARY SEWER REPAIR TESTING This section describes sewer repair testing required to effectively confirm the watertight integrity of sewer lines following sanitary sewer repairs. 2. Description All repaired sewers shall be tested by the Contractor to determine if infiltration and inflow have been eliminated through rehabilitation work. The testing required shall be as designated by the Engineer and documented to the satisfaction of the Engineer. Internal television inspection during high groundwater conditions shall be performed on all repaired sewer line segments, after backfilling has been completed, to verify the adequacy of the sewer pipe rehabilitation work. Cleaning and internal television inspeciton of existing sanitary sewers shall be performed in accordance with Section D2-15 of the Specifications. B. Materials Not specified. C. Execution 1. Sewers with selected sewer repairs shall be internally televised with a color camera while Jetting the backfill to simulate high groundwater conditions to determine the adequacy of each repair. In areas where the repaired sanitary sewer section crosses an existing storm drain or ditch, dyed water flooding of the storm drain (using suitably sized pneumatic or machanical pipeline plugs) or ditch section shall be required along with concurrent internal televising of the sanitary line segment. The downstream sanitary manhole shall be checked for evidence of dye in the sanitary manhle. If dye does not immediately appear, a period of one hour shall elapse before internal television inspection is performed. The test shall be performed in the presence of the Engineer. VHS video tapes of the entire sewer line segment shall be provided to the Engineer. ' D1-8(1) City of Fayetteville Sewer System Improvements I 2. Acceptable Limitations for Acceptance The following observations shall be utilized to determine if repairs are inadequate or improper. 1) Leaking Joints treater than one (1) drip per five (5) seconds. 2) offset or misaligned joints greater than 1/4 inch 3) Cracked or broken pipe 4) Poor grade 5) Any other defects determined unsafe or hazardous by the Engineer 4. VHS video tapes shall become the property of the Owner following completion of construction. If the repair of the defect is determined to be improper or inadequate by the Engineer the Contractor shall again repair the defect at no additional compensation. D. Measurement and Payment ' No Contract Prices are established for Sanitary Sewer Repair Testing. However, specific sections of the Contract Documents indicate that certain percentages of various Contract prices will not be eligible for payment unless testing has been performed. END OF SECTION ❑1-8 I C I I LI I i City of Fayetteville D1-8(2) Sewer System Improvements ' I I A I fl H r Li Li H r.. H C L I I D1-9 SANITARY SEWER CONSTRUCTION TESTING General 1. Scope This Section governs the furnishing of all labor, equipment, tools and materials, for the performance of acceptance tests. Description The Contractor shall furnish all materials, water, equipment, labor and reports for the required tests. All pipelines, including repaired building service lines shall undergo and pass tests to determine the soundness and workmanship regarding alignment, grade, infiltration, exfiltration and/or pressure. Pipelines which do not conform to the project requirements shall be repaired and/or replaced along with all appurtenant work necessary to complete the entire work according to the Contract Documents at no additional cost to the Owner and shall be retested until the pipeline is of a condition meeting the project requirements. Results of each test shall be recorded by the Contractor in a neat, professional manner and three (3) copies shall be submitted to the Engineer. Test shall be performed after backfill and compaction operation has been completed. Testing for acceptability of the sanitary sewers shall be conducted by: a. Internal Inspection b. Infiltration Test c. Low Pressure Air Test (Exfiltration) d. Deflection Test At a minimum either the low pressure air test or the infiltration test, in addition to internal inspection, shall be required for acceptance of the sanitary sewers. Deflection testing shall be required for polyvinylchloride pipe. Where the new sewer constructed replaces an existing sewer with active service connections, only internal inspection during high groundwater conditions shall be required. The Engineer may require individual joints to be pressure tested. If all joint test results conform to the specified leakage then the cost of the test will be paid for by the Owner. If any joint test results do not conform to specified leakage, then the cost of the test and repairs required to properly install the pipe will be paid for by the Contractor and at no additional cost to the Owner. I D1-9(1) City of Fayetteville Sewer System Improvements I Replacement sewers and service laterals that parallel or cross storm drains or ditch sections shall also be tested in accordance with Section ❑1-8.C.1 to determine that inflow has been eliminated from the sewer system. B. Materials 1 Not specified. ' C. Execution 1. Alignment and Grade Check alignment, grade and visible infiltration by methods of visual internal inspection; and by television inspection. Laser equipment is recommended to test the pipe grade and alignment. a. Visual Internal Inspection t 1) Clean pipe of excess mortar, joint sealant and other dirt and debris prior to inspection. 2) lnspect sewer by flashing a light between manhole and/or by physical passage where space permits. Determine frcm illumination and/or physical inspection the presence of any :misaligned, displaced, or broken pipe and the presence of visible infiltration or other defects. b. Internally inspect each line segment utilizing a closed circuit color television camera in the presence of the Engineer. In addition, provide a video tape of the sewer line to the Engineer with tapes to become the property of the Owner following completion of testing. 2. Infiltration ' Conduct infiltration tests on sewers before acceptance by the Owner. For sewers with a diameter less than twenty-four (24) inches, the infiltration-exfiltration shall not exceed one hundred (100) gallons per day per inch of nominal diameter per mile of sewer line for any section of the system. For sewers with a diameter twenty-four (24) inches or greater, infiltration- exfiltration shall not exceed six thousand (6,000) gallons per day per mile of pipe. 1 I City of Fayetteville D1-4(2) Sewer System Improvements I Install weirs or other suitable flowrate measuring devices adequate to determine to the satisfaction of the Engineer that the specified infiltration limit is not ' exceeded for the reach of gravity sewer where evidence of infiltration is discovered. Where the specified infiltration limit is exceeded, repair or replace the defective reach of pipeline. Following repair of ' defective reaches of pipeline, remeasure infiltration flowrates and make additional repairs until an acceptable infiltration flowrate is achieved. 3. Low Pressure Air Testing of Gravity Systems (Exfiltration) a. Test manholes in accordance with Section D1-7. b. Pipelines ' Test each section of gravity pipeline between manholes and/or structures after backfilling, separately with equipment and methods as outlined below. 1) Contractor shall perform air tests for all pipe sizes unless the pipe is of concrete construction. Concrete pipe must pass a weir test. 2) Furnish facilities required including necessary piping connections, test pumping equipment, ' pressure gauges, bulkheads, regulator to avoid overpressurization, and miscellaneous items required. ' a) The pipe plug for introducing air to the sewer line shall be equipped with two taps. One tap will be used to introduce air into ' the line being tested through suitable valves and fittings, so that the input air may be regulated. The second tap will be ' fitted with valves and fittings to accept a pressure test gauge indicating internal pressure in the sewer pipe. Additional valve and fitting will be incorporated on ' the tap used to check internal pressure so that a second test gauge may be attached to the internal pressure tap. The pressure test gauge will also be used to indicate loss of air pressure due to leaks in the sewer line. I 1 D1-9(3) City of Fayetteville Sewer System Improvements I b) The pressure test gauge shall meet the following minimum specifications: Size (diameter) 4-1/2 inches Pressure Range C-15 psi Figure Intervals 1 psi Increments Minor Subdivisions 0.05 psi Pressure Tube Bourdon Tube or diaphragm Accuracy Plus or sinus 0.25% of naximum scale reading Dial White coated aluminum with black lettering, 270 degree arc and mirror edge Pipe Connection Low nale 1/2 inch N.P.T. Calibration data shall be supplied with all pressure test gauges. Certification of pressure test gauge will be required from the gauge manufacturer. This certification and calibration data shall be available to the Engineer whenever air tests are performed. 3) Test each reach of sewer pipe between manholes after completion of the installation of pipe and appurtenances and the backfill of sewer trench. , 4) Plug ends of line and cap or plug all connections to withstand internal pressure. One of the plugs provided must have two taps for connecting equipment. After connecting air control equipment to the air hose, monitor air pressure so that internal pressure does not exceed 5.0 psig. After reaching 4.0 psig, throttle the air supply to maintain between 4.0 and 3.5 psig for at least two (2) minutes in order to allow equilibrium between air temperature and pipe walls. During this time, check plugs to detect any leakage. If plugs are found to leak, bleed off air, tighten plugs, and again begin supplying air. After temperature has stabilized, the pressure is allowed to decrease to 3.5 psig. At 3.5 psig, begin timing to determine the time required for pressure to drop to 2.5 psig. If the time, in seconds, for the air pressure to decrease from 3.5 psig to 2.5 psig is greater than that shown in the table below, the pipe shall be presumed free of defects. City of Fayetteville D1-9(4) Sewer System Improvements I '• Pipe Required Time Maximum Size ner 100 LF Required Time 8" 70 sec. 227 sec. 10" 110 sec. 283 sec. 12" 158 sec. 340 sec. 15" 248 sec. 425 sec. ' 18" 356 sec. 510 sec. 21" 485 sec. 595 sec. 24" 634 sec. 680 sec. I 27" 765 sec. 765 sec. 30" 851 sec. 851 sec. 33" 935 sec. 935 sec. If air test fails to meet above requirements, repeat test as necessary after leaks and defects have been repaired. Prior to acceptance all ' constructed sewer lines shall satisfactorily pass the low pressure air test. IS) In areas where groundwater is known to exist, install a one-half (1/2) inch diameter capped pipe nipple, approximately ten (10) inches long, through manhole wall on top of one of the sewer lines entering the manhole. This shall be done at the time the sewer line is installed. Immediately prior to the performance of the line ' acceptance test, determine ground water level by removing pipe cap, blowing air through pipe nipple into the ground so as to clear it, and ' then connecting a clear plastic tube to pipe nipple. The hose shall be held vertical and a measurement of height in feet of water shall be taken after the water stops rising in this ' plastic tube. Divide the height in feet by 2.3 to establish the pounds of pressure that will be added to all readings. ' 4. Deflection Test Polyvinyl chloride pipe shall be tested for deflection as outlined below: a. 100 percent of the polyvinyl chloride sewers shall be tested for deflection. b. The 5 percent deflection test for pipe sizes six (6) Ito fifteen (15 inches in diameter is to be run using a nine -arm mandrel having a diameter equal to 95 percent of the base diameter of the pipe as established in ASTM D-3034. For pipe sizes eighteen (18) to twenty-seven (27) inches diameter, the nine - arm mandrel size shall be 95 percent of the inside diameter as determined using the pipe outside 1 D1-9(5) City of Fayetteville Sewer System Improvements I diameter and wall thickness dimensions shown in Table 1 of ASTM F-679, latest issue. The test shall be performed without mechanical pulling devices. c. Individual lines to be tested shall be so tested no sooner than 30 days after they have been installed. d. Wherever possible and practical, testing shall initiate at the downstream lines and proceed towards the upstream lines. e. No pipe shall exceed a deflection of 5 percent. f. Where deflection is found to be in excess of 5 percent of the original pipe diameter, contractor shall excavate to the point of excess deflection and carefully compact around the point where excess deflection was found. The line shall then be retested for deflection. If the deflected pipe fails to return to the original size (inside diameter) the line shall be replaced. D. Measurement and Payment I No contract prices are established for Sanitary Sewer Construction Testing. ' END OF SECTION D1-9 ' L I I I I City of Fayetteville D1-9(6) Sewer System Improvements I 1 ' A. 1 1 1 I 1 B 1 D1-10 TRENCH SAFETY SYSTEM General Scope This section describes the trench safety requirements for construction of sanitary sewers and appurtenances in accordance with the Contract Documents. Description The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, subpart P -Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. Said standards are following this section. Trench Protection Protect open cut trenches against collapse as required by State or Federal Laws governing the protection of life or property. Minimum protection shall conform to the recommendations of the Occupational Safety and Health Administration Standards (OSHA) for construction. Materials Not Specified. Execution The apparent low bidder shall be required to submit a site specific trench safety plan prepared, seal, signed, and dated by a professional engineer registered in the State of Arkansas. The trench safety plan shall specify the method or methods of trench safety to be used with specific information given for each so that it is clear what is required to meet governing requirements for trench safety. The submittal of the trench safety plan to the Owner and Engineer is for information only. The submittal of the trench safety plan in no way relieves the contractor from his responsibility for trench safety. D1-10(1) City of Fayetteville Sewer System Improvements D. Measurement and Payment Payment for the trench safety system shall to at the Contract unit price per linear foot of trench safety system installed in sewer line trenches exceeding five feet in depth. This item includes costs for all naterial, equipment, labor, and sub -surface investigation necessary to design and implement the trench safety system. END CF SECTION DI -IC City of Fayetteville D1-10(2) Sewer System Improvements I u I I I I I I I I 7 I O O�CEO NM.Y+9 may9 Ur aJYm AY'OYJL°YCYY• NV J ■ �. Tea9 �.YY QCMY ,° ■ w° C lO J Y L Q y■ Y- p Y L y` J 5 J Y •° a n J° lO Y HID Y> y .p (, m ti Y '� NE C-, 7 U O ■ p .�^ x •JJw> 60a>.rr T�•Jn E ■ ty� L -0YLJ GY 0Y.°i mwCaY NY a: cdr E La40 Xon YLy XL y�'da Zcy do 0. .0>d W8 Z tpN LYVy CJaJ..a LYaN Ya LE °U�Oi v Yn YYN'°06 °■.UL LJ 7 q.' w.Y+'C..YcvYNE: � Y1.7 EJ Y�.a yy'O q vVL ET EV V L.COX ox VJ vOe a Y0 9 a V LN Dom' wY i m 3 nc y a V o C V LGCO >,E53Y=N Y3$Y_^ O C W'°E CLO �v Ec Ys JU EO r" N Yc ^ _a ..o Yr Ca Yom. Yr mN Y Vjy °yyY_J °� '' °'m�J .'a■NYymW0W v� dv°oN Ea.°i (V.N�N.9 om■Ya Ji,y 'ODs 0Cb 0 _: "Y•C G r°.' Eon , w p 9 Y 3 C 0 0_ N '.E° N° a o V. L N C A E w 'I - t.2 c■�E upy � Em .Y+5 .Ca TYJ65Ya.T•Y� N Wv V Nme w �> ^J_ cY ^ O —.tiJ OC LC°�mJY cYTv "■ bp' u07—.OisL maa m.p _C'—i .'G C �Cw Nq w Y sCY mCd CY■U .°i �•C EYN Nm`.�d�N'•;3c�. aJOYYJyo 5Y8 CC bO5mY0 J_E °J�4C o�•,C. �vC Y �-ZA U. W a>=a m>5u° Yca m N J c N o 1. t L V jY 0 O U a 5g'-'.... "7 . E x g Y c E> Y E °J m E s a y t o° p 5 a C L s (O °° -.9 L k c k Y a , Y 3 3 op Y 3 ■a OYo N msooW 9 YYNv L yy Y 9YYJ v J Y C EY'—�. N p nYJY 0C■ Y� c N L a J T c a w a m3'Y v■2 a'.5L�...GL- 00 EaLFYeYOW YU CY V n9yyUj on> ,II FC L ECq iiy fq�v�Y1Y>°J�i■nJ 'c ro•, aO�a°'°5 TYK35w Cy^p OJ�.>5 GCE>aY5 tlYN°O'OUL-i�LY4�_C'O aVVVOOY"'UdYUU a Yy9.. .—..i°U.C 5_bOs'x ^4N4■tl v9N ai otc(Y%j�°y occur axAoaYad.�'L 7V Yyt C TAy .Ya o W Z.Lio yYy .c^'u�wYVJ�Ci 30>w fi7 ul 0> CY0 mO FC9 C'n O m a�33Na Enar3: aaJYE w_i]w Nw JNwaGOYw 70 wEJJU EU5. OJYY5 Ya_OE c o -- " 55N -.J zw 0 O___ ■y4Y L AY-. Y t EoWO.t °E�LE^e� os oca`a`E ■4) LE �� -- mooE pOuO .c aYY > cp..0>y=0 a0L�ms A Yw CL _v Yl ps 5580 c•-' .c ^EF+co:. =.Yn VVOT LdY57s5>> Yo L 53s �Y boo tag m`7' MyaJi u., °S'5 CY 0 u" m° $ .,t'oYEnSoao9Nav■z sE,;;a EE >� ■:o O■"ooX T NE a5 >"ab� m5€,ac n4LiCwvr g°'•Yc Y.Yiwg Tr _w vY7^E oOL'X�Mw09YW0NpY 7 w540>L yySO vsJ7 JO ,C C t N Ys O J ..a0 u — c ., >Or�0 p■ sv�ca.—�Ym .•tea o .a T.O .Y. ee5n cLVa4°N�E�Y f. E '«'� �. 9> O m ,� F•, o p° O c_ 0 0 N 'w s Y v 5�w37•••3��� >LEouw °uo¢E5igpcos-'u5eYaa obq{i iitr55pg�pe.Y$"�CAEE9� Y Sea ■ caT ccQt^Y ++■��OJG O"ya° Oa�y�°E"EO"O Y E70JCY.°3Y°C^�l. yw 0s0J&Tmy Y Cv9i�� iJL9aN0 YNN°'{�5Y°� s3 OE00 E w.a A tb O b iq w L L Y 5> v q v c m■ n■ e m '� C .. c o° sE-�9 u595. sysyY5u�`�umo�Ys�EO�aons 'p '� .. oE�x, oY5••_t'WAEEoa0_.. y°3a �.d X18 xxo gw 3 50>u..agy$5 S'Y5Uno°tea Yao�Y°2;6 n13:xV Lo "�Y cY>0 -ic O y'� °� poOa�0_�'0.a� 63p� c °n>°° wd°5E�3Nnsvx3vd E502'°a2 $ �EE5Ya«n NJ3oav 5E Nog ou4�t nc�dYa°pp.>�°JYE0 0 Y W 0 = 7 Y U E Y Y 3 a Y a Y N 1� Y C y E 6 J•C J _ 7 w m.p N N Y C Q E E a v Lam.N y10 •nQ o L �G ow OLVY JW .k00"IZ� kOo>Y9'C9�000>yc0cst 0 we.O N•�N EmN n.E Ova Vas=ZN7 EYw_ 00d 5Y -020o.Y. of �CSugoN G> Y U Y a Y a O N a E n N u 0 — _0 3 g . 93 `Y� o.Yo v��`o of qqd Ora iy$6 YV.O °.J4Jww m■ W 3 0 "� v r j1Y��.aY • ° °bo t 0 V 5 c ^ c w 5 700 B oAc `o Z.. n O ^! r mY i O w'x Ow O VYra LN ■a W C�5gti� •$ Y� v[tia a 9 I roc nri'° C~ yL J C q ` um� �Yjbr2 "A Y t 5 Li ky ac�440 Ed tl 3 aoY Cep F .� � Ym G Y Y tl■ tl N w O�50 q'O 0 N 05 00025 LV ba eC �Ua0 p me 05Y-+im ��NNr p • —I.—>_ a^ O OO^N 5> a x e(O G'_kp cr ., v S. vnvOY9YCvti L'C DOC cS RRY of J ■ �y o� wYN e00 m r�— N w xu rLi V 0>a n .2a3C o+Y—'Oc J •ftiliil JW~ns°Com.3r roll o4oce5 a°03o EY•s> is =°w5 a o9S oL y gT4 6g 9 'v3�o EEA> aM5��Eu $to ° fl C V.—cw ;a x 80 7 `ca$L' °�.=tJ.f a 9 W'6 yL�YK QYT EGmG'V�w°„ a0a�Oi Y V Y uQc VQ4 RJ.�—...v d`J,. 0° U z lydcY pp° °, a�GCO °aE°00 ...Y wqu c^y Y NN•J61_ o O m aEt y EU LY ■ n'n 3 N -0m UO 0Dug ° $ A^�JI �3Al8j 0Y s'cv �3 Oldod° 4"ss e5d6mcY�!sm c.8 ga v 8.!;h Y° 399'bVll� w sa0 =•7 °iay>.�•�, .7yg� .tea EYOC�PC �+ ■ 7LC a ]3( g c c p� °5_°s y5 �0� aBY�m•naoc°� xo °��°� gam;aIC ByYE O w Op y OPC V a s dA g �p07sv wQ C. c� lr Ya Y.a N.s aY�.+oGnY c a9y Og O wY aN Cy N; •J°O. 'C � L..p Ottl r' .w gym = WAOA 7y 033 $gore'. L5 o>oY °1.9 CAA °�� �o°e�i 0 s-i ma`oaYL°°� i O Y c i 3 .c .C ., Y c '3w m5O w Jc� o G U a s° > a '�"s 9°y �qYw w, 0 3 •� YN..s 5 ri sa7�m+ p�Y3Ec"iaa�EEcc m on-orzt5v°Y �a iaY 5°�o us w9 oYMno s C'•O+ .."fie" dp aLD 'Ec "lUAU Y5�'mnc2-eoT0 S�N boa$ a03G5 .,N�CEN YCSw GY,WyIIIHL VOE3&(5w— cY o'�..at°—OYy.0`0"o"oEE"_'"-oYEn� w0 WaYn6A O.0 J'o 3V`.paLYaN EA2n L b^ sy ad at.? J L" cL O.�,e, m m Cl N n i3-tiL Ed rb° a ,u ao '° -` d ai -''NYC EC—TUbN n 4 �. TC ' .° O ,° J Y C J — r .J Q L — td G- J C C �: p L' .', — . H U J 'eouvo� �5°�ancG LJ Jn �Q��L 40L�cdCG b4odauv>ira yM bm�L`Q ...:+m ye C..JrE SEaa $ d aw aE ux ZOO ° �. m�Ldy ' x x� � O �• 6d _ t 4 "a O J m M� u E ] gi p V v � C w O L v 9 L C C L> �V, b 3 S^ C O d a A a a eri W E h X u^ 2 L ¢ a a re3 �Eyy L'�aOmca OW uE u o L O O w w a V a G V y r J X U L s a V a .. m b " C V x e 4J_• .J4 2 a u G L u ��A H CS.VaC �kL- mu ya i yd C A1V" Jy QV,�J COc C a J6�+ Cd 6—"V y�O[d 5�a E°i CLO C C eL— +L>�Lr w> V EVI V'S wIL. i C CY nL dcK VCNrJ4� d�i� �S'r W 0a VJN�°i u^o5cGcei�6.uX u >>°�j3 ��ytE"wu osCZ mdu°cm° «dLCJ Y,,.esLOL aOp�'p'ny .. L.a U0 yc6CCY?wl^4LGG°Y w L d e y .. 5 E>VJpwV w_� cL — c a w >,v_u°u�a Lu :m ua vCJ°°a a nd v°Q.Y 5L mS'a T• ^'n a°i,3ca r�Td ° ° V«4 XO.. wEr E^ O^r" V c e Cb�.bib j°J'E� Ymj Q'ipL Q_ LL. Q e CL C J V e e a "5r cL ..«" EL �ba 0cL—.u06«jd w5 V O��Op L c0 eb a Jd`d'ac aia JaE Oo.j « _aZoQ WLerEXda oui eaEJi«+ na_0G« adc° c _ 4 [' 6 OOp 4VyC °d pqE (i�duQ VW E:a m4 dC ^YCQ VL_� m qup.Ci a x$ LO .Q E :�pppsCt 11 7 J a V a yy• g ry a Cow O V L Jj O w L O V O y J w n L m �.V. -- u i e`r L>�cEE zad >0 a1 ad�VA0 LJ�E LT !� Ou0 V C QL O.N '.'w aU >'�+ L d 0 v L Q Jy Q V V tl V i O p V c a C �" ^ U O J-0 C> V k e 0 i 9 Jd w p 6i V 4 L° E` ... e rL k a 0 C i2 E od ow?m'.,V-EE E� iJ!Iii gg U us e $ ca E� ., cNia 590 oS'5 a�=Ey LO> aa�,Q V,c,Xgn� ,! uJ >YCmEE n SON �+� J.. �i. y yy0LJ�` aid y i. �L �Y�iu o a a P u EbJ>�so'oEEo "y Ed°>.�Lacc�,°,a,0J7�$3 2CwCu$ ��° 3o7�5ou vua VV O>OX iy9W L >Lra' C Ja M Cq u 4d LxC G �jL w c�E a �d a=aoEC°ukua.cs 0tj E"3> cw O w V M°�eu� a`wr'R'n aW Ya r.iQn V C .. �C�CJ ..o u� YD 2��3n y nc7 us�p L5c a c5Ec U 0 bua�n=° "S��mcm3 g v �L°Qu�c85^�C4louiws W °LEs�m�au$^° m33�mL�u�ad5L,a�uaWc3 duL°o� w�v$ �L�a�m�su$aN c��a��L v ��^ 2nu�'� e O n roomy°o g ..EE�Ls� 3 [� prLZ a...auaaa Q EJau.-a_ Eade5dc�aE„� C.�O�ryEo auA O C L 0 7 L v e g b d C t L F y v C m v C'O 11 C O c `'� .OW a n CS_ C C d C G d E ti L n V ,,,� rLU..a.paJV d C V a v ey ea dG aO W Lw e0 Cn O.Li .4a u VLe I L O u u m > > a J c �'3 L.+ ya V a .. " ° �. q, L ' W C V u a V O 5.a y W U AL6�L�np L0 Ozl . r =.c t1y TO 'E V �p`�L S C u�6 wu u du 2 EE.+ 9w. Owsl] J 5 ro d V V L O e 9 V V •0 y'pa $yyo E6 ye mo`e ^� �E?Jyaa _= �EE> ASV ^ j:c• O.E o.EE na VOG 6a5u�'��LL� a y waaLA Oda uI. r V aisL� aq�� � a V O ca °� rJ qO u v L^.�} OE VJ OO 2a oMET L a G 2S E p �' .. O Y i+ V ^ > ^ ap 0 5 •'+ O I 1, k e J L V w 0 ce° =9°p> s m „aE 'd wow aeon u�5 as ��>$ 5egpc�r°b '.°arE of L J L oe x�LLSuLe"c�>w^�. rr a�uv° Eat c°° wo '.4us"5owu��� udatd u��>�E��i od a o�.e ■ n`C�ma �da ��i��'$�LJOGouui u� a� p1.0 ash 50Ahi 3E� yy C qop W g� ..V.+OGGdJ5 wi+CQu GjOJa cd y y Gy �+ yd a° (�.' A V d o�1°�ea5 ❑Goi.°Js5 um�a C C T aL 0 e ^V O OY J O 0 w L n L V U U -e Q>a°`uoNce:�J�t�x�a� ua3Lccc�3yaSag'd9��eut�_aa_CE^$� mEs O c a= ., "y •• M O �o y v U~ �- u v a C u a V p a ,. «_ Cr > w . d .V.o t> iJ O o+ 9 JW .i N m L O V U d V °i a d c v V V Q V n R 1� m> '`� V V V '.. ,0 O—" E F V V Q E o J e L a D v n a N Q d O n u a w ° E L a uQy -- 4 J05 Cm dymd wOn.i w�Fd�d V L V V,T,y �q V L V J.uL J aY� a �> qy5 .L,,, ey 0 ud CLC e'. L..iLC r 0m eu reu ri u- Lr a°ip,c a,o�2[s�ie oe�5 a',3oGLEE�dEa8 c 5L0 E^w._J�L'7 V 0ppm EC039•q G Cu.La n I �aEdb=i UU 0 3— Vy�� LV w a u pCuy.L+ aamr wE�„E� V V„a .��^StD.w.�aV w> c V VSp dt.'k5� �:uJc E emp a I4, VD E O X O a J 4 V L V J w L Q V V >• •• rm.°>> �. uSJ.L.+uuk0yu"D:a a.E n 9.L., CL at1 E or ..9 Oza -� w•u.]3 aE tl« F M m 0%d V6wyV—d a,� uLmV�C«LaJ aV6 .1°ijj !fin '�070tl Cd0 L E Swd° CC w Ju Ea JE5 _ Ewa> -- .aswb`� 2 .C L: L?Yd V Vm s —.J p1.LaE,.g Xc:u c `�—g Co 7v sw avd• rye E �� e6�L v 59L0.2 5vg LCmV uto esi"ud Su0 L VUL Cx ;aer o a "jt`a n°� s��'e cg wa��r a Ju o a-,e� 9�>Q 1 y� ..� w `.! Or� Ot a C va e_ cLEs a a 2 a bJ 'a a�U °� ClV. T �', Ed bE•i C � G C u— d ..� 00 L .� 'O o J° u a o c a m o J up O.ry nJ �y fr Raa 5L °4dL Edp }VOy CJ wbC•Z 7U V ;.—a C �.c w rmc u.uyuo�d cE oc caJu €u EJ �u aC°u=q`c$�'E .- •tK ao � eO3�muL eo. u E b a d O V d u y✓ m w :+ m$ e 0 �o d v c z O .°+ .`. O i w D rC C a U= I.- e w e r n- CM ,3 m9 C"' wmt d d� Tmd ,;.V9d dJ mm^G N.. • r of ' j o �cu w•pd rc> SddL0L=^ .ma c c:m 00 E3 uo dr °c v_9LGp v`�{ 'O J �6UOA0 Nom. Jay �. .iL .4V n 0J -JA> .O1 a�pJa OS_ Qr 97 V mw.d+J^6 vd •d Tj O O d J d p O —c O r A y 6 tl d d r N o O d-0 Ca r w N N d 1. .�^ d 4 • L w � el oNwLt d `� E '3 O Jma J E'n970�70 I. d a �' ppC � 'C la -'+ ' eo. D og'a L p Ovti E 4 056 =,. 0J pA al .avJ -.a ut L 4 Ja V0 L+ y .+ V 5 d9no O Y0 .-4 CO. OVL^ L4 d6 rJ Ca4 U 2aY5.5 4 4Lw4 rLr4o40ddG o`co v aJ L La o 004 a� �' dm C N.yee' c r LJ r O a C^J 4J 0 O d ,�'.. �. C O$ yy" .+� .' m d?I N V 0 �nq�NSG9d p:+.0 w.p0 '+L° n: 4. '•' 47�wWpv� �or d^ d•p op �"w hit �Q U VC7 0dcc Op 5J c r O-. 4E.. .4+ O L T q tCAA fl.j d DH' °d 89A9 L O a ' C^E G^ Jm UJd Jyyr wu. dy OvA r =5Y Wd Td d=J a IssD9r9 �mlj OCO,_ V d�9YymDCL NSJ I.,.TJL•O �. a4 J €07d �5 cerj� p w n w r J N J J d O V 4 c v 0 Y 4 d a U w a Y d L-0 E L N hhe0 n J m O J d J A J n Y a w50.0 USin U$LWIO$^.L.JJY(O mEN94VOm�rOCNS OI �j and dd J5a4 ° R0 �S °°" m ow Tb Vr cSd4mC—.cNm�be C E-0ApA 9 4=E= °ro ov00g'w �5�J ., m �j E wa—w L one r e�^ ^d09^m dEaz m r 5 c m4° 085 c�:gg "Q=ac �wA>�$�;cL��m4—„^ i4V4J54c — dmom .e ov45r�„I�sv�..`r0�w,19 ' . rOJOQy"a444ao FdJLdJFO `AJL b..: V X pc a do ""Y4 WU. JEmdYEa.o aAc Acflc a�E"cd E Jd nq ^JdA^u d^GOW�V,a;9 WiamOd^b �+d.�°^w ^J a^ ^+n ��...^d�+•07^ • J..O OJ..yd�r J� 95o Vwv OdApJp^SF 9 a9 r��9yp`rd M EOM? On—•,wL.a maSw .2 yy7 O rr L =No r5 d T 9&,L 0dr A VC Ct4 5C LL d4 ..d ,C J Y a ' .On vOrr aJ JO'O O E A rN d 6J.-.JV wm v w�7w�. JJ Ja a9 n aim E�. n C N Q >� r.. A Y r r Y r .-� r_ 4 0 w^ • i. Q L ti n Y Y N i. Y cG d g d U U V a d 11111 00 r A NYd r yd O r 0 >E aY NS 4 N >N.0C J4r+rp EYA �4 r y OOlara9 E €a•prE� a Y5owlaJ 54a° p•'7q 44a 5 oa HU �as7 0 y,.,L4,�caaa�350,,g>�c.4°9 ao3; E^y4� t rro a r pW >J4v Vr Ayob' pond o °va gaE Cm-wv 400=5.. a425 woW�Tde• �u ° n°v Eo°m05d5c xpBoL'9"� �4u �wE4o •o I • 0q 30°3 3 n"' _oE oc �3Y33p95Q4. Ag,Z 04 4ovd La 4rxd�v5 y 4.+ Yv p ra n o t d o ..4 �-. 7 �YV�4 .E39fl Sacv�a5�y4$gn .cE 0 a 1 A tgqp�Gr aYpo5 b'�a 5E� G� r EO��■y? a KA a $V9� �Y 4 a>w8 ' VAS �VVdA5 �r Y$tip^w.p99a�6 (4v a5Y dmmm ly�w d� isd is��2:6 d^,3 054 �es„c9 oft p p moo o3° Sa..ror°�0�k<55 YO « m$55x� o QaA :4s5$o5ayyyyyy�5a> • vve"m:3 .9 a$Y Ii W ="z [ p L O f601 r T O r Y ^f,'Q;li7 .�E IiY �SO540^^ h��Y^• mEQ IISY TOma�4� 5 °-^ '�Iy enht DY rv� �i ...�A�W YO>�aC�dnwwOU �'�Er.On4Y.O4vX3 MAcvV 0Yy� V..,00 it « a°d>am� S �v°°nom n [°J :go>.co n>5°m 3 e°ea ° E o9 ra 3c p`'`¢Q ma 4 o3E_°: `oa 542 A4L y o- av aa°3 0 n Q�rsQ a 8 Sons- -- tC53 .,Q o nnacBoAlayo3°ALayo��Tr°rL4. d o� « `,Q mp L. �a ycr J •;,a p o a °dam' o W.,q W 4 p Y SS I➢➢0� a°07a gEl ^�'��+,a$L•••5>I`o.''.t.;Yd0 4 0,,..^oaiYO P• F 4Q.. J� i,Y 6L "A Ep57�d9 p.p� d��Y.4'a wX °onp 5 0 �4> EN.A = o p rt.x:"p oo $c a3 4nc 3 Y3c w EOE3 o�5.s. $$�Iad�t�$a^�vo8aW83$ ° N'Y a rYYY v 4 = E3o� b c3 w� g«oir>�° E 3 �00BE n.4 ' Id'�S oi°g Q 8Y3.>�R°85 $..rsS p�4ac�LLh'oq�mo F�r„aou WC4 ou y$ C3a^ �CdO& e5��7p�a p O.+ I.n.5CY5 Y Oc${a L Sr0 ad n j7x .. n r as 3 d GC C FI> a6L0 Y3 0 '� • 8�"o$Er°�$ EPs$ .>u� qqan S.psr`°Q`� ktl oa E c 060 on 9;rw�5;a��°"'�YmE'AE Q � � g_0 0�°ccy�r5Y 8 vtgr > ��rL4 Est^>_m�8g`3 Jw�_Yv c a=^wGT V4 M«^E ti.� CYr>5 ry YJ uYYY MJVaaVNV�r�nrV>w•rQ4".r -oso3� vQ854cvE flj� v4Cy�da All d c �,r E 38 .....a2r ..acj., It "A5E4..a..A oadod av�JnoEs5�d5 S.4.omood.Cw nnam 'p V '� Y4 L o�qq J 4 L. y • y• pr v . 9 4 y 4. . v V 4 >. y .� , V 4.. ft i.. J 7 y r �O.d 'SO F C A o C94G C}aO Si o 48 tO�oC3 Ea dr. mO.,AJ mOC 459 A 44d > 4Y �4L^40 u 'glpn �5n's .. a.w j 0 V Z o"„ q>> n g Y n 0 0 0 O x N d Q■Q` r Ec Co E°'ctl. zee 4 os a �5o�S a ra ao 0 kw p p 2a2 ri a > y r Jp yY .pp. ' Y�p=A ..3 � 8" ti��G� ofO in �p'4 3 Q�_SG S�.O �3 >rs0 v0a°tgnrr� o4•L+ n V`"•. o- �upw pa.c .+ r a 4 r v Y 4 C r r Y 0 9 Qo3 Ea 9 oS5r t Y .onmoo..r ' 0 v 5 .°390=4 .4.vB�cc Ar o5 YEa5„a a. « a,4r .ft ° 3 J> JJ . A.y AA's JOcac A r4 p 9 Q4 rr 4 4r.y ' .10 a584a E r aLa>4 QL cS E•a �O .i °�A a°Oa0°400a, D0:0 m^..g+_O C C as �% .aoa4 ='8 gy33ol'va4 r$T�"4>w'a9 ��ax„ A3$o4 Saw>aWu0o%d W,°E> $$Q$a5 3iE$ oe� ge �wY,E5 a ° Qr 330 nQ0 > �o3 >0 3 '4'do ihsI e 8 ja2g5qv0E1��r>$cr. °3mo3gEc� yE mg.o Wp�axg <5a4 ^L 4'— Anrmo80 3 3 �rr3g9��,�IIp iicoo�aF=3�io$.eeo�a°�'.43ou^c .C' tu0 o. 8a4a LVW�L„�vgow.v8SISOME'S�.�`Ca'om53$ AEAGa a�0 0 c�E100 dc3 Ho Pm I-., a 0 0 'C rC �_'-'Y „ Y _ ❑— . YG Y Y J .. W^ G m ^ Li d L _ s� Ott >��CSdar�°dc npc a O J.•yiGE^..sa^�`�vO i_•i =mL�` EN"1yC'Gr� Em=a—o°3 q u m m N Y YC"d�m�eCp`\un ^c a;r m C C Y p C dpp p m Y O m ww w `e t y" E A L L C m p G « c 0 6 Gmvygy m wd ywyv Jv T9.�+ C C % 0300'w p rd «y1 Vi dC_ - W W•SE q Y lgi ;.4J .. C j O'O_ m w" m d v_ '� r N n l d O W G E W I. 6�e. b io$ :TG Ery �... �WaP `� a {i Gw.. �`N f o L., _- c .S . Y t O` v 6 x m r- y .. ^ Y T Crafl y`_YaJr..- n Yy a t yJ Car Lam.. '0 cr=�H4S- E EExrmE� .cr.ct cLJ°{.+tw G O Y CAE �. e L Sa ± v p o _ K a a-`> IYE� c 5'Y' ypu - `6Ls 5ZE' ° cOO u=ocEa55r ZmyV % o uwm ou� y. y G o y^ C Y Y 5b 4dE ..[9 6�9NL u -'`e C O P A °hO C ] 7 y C U ° C r C C Q G C Cr C J G m y Wy O 6> .+ ° 0 C a.? [ « d a ca C. "+m [_7uC C ..Oy �u m umC u a . r'_ a 5° ma`aW ti..G r_Pt> ° a E °�C�6d deEa ,, a m.°+W _t4J «rw«m m^C •Yu.m 10.>d.Ob °;'aai '. _ tE w.«.. w W m� W GPCy W .J`CC 00Q g' W YW C a G 4 T F W r 4 FO u C d C m 7 W C C" W C G C Q O r P r p G T O C O O Cgc�W5 [ E`aabEe"$ E09d vmEo �OPFmO>a rcb uE E a C °C�7o>ppLTT 4«,CC ° 7LyW4 y..IW p J..+.+m��0X'a°°,6 l�O you u—.0 rPC ymt.2 VD W p.'+a ...0� W dWrEv _y V 4v �G`aL E(ymC UO«v' Eat .c dad d"�FQT? W W ` 6sia a8 Pa�E ty a; 3L.m`wL � �a$ra$���aLm°:aE mad$Ea^lue mX,E°°W`-5tx .E•°.'E�op��_rcWurgi uEgr'aE9EtdWm$�cac°�6 aa$e$Emor aEgs�2m'..d��aNt�br$..d -ht W W a tE9Y. G`"^$V kY& d > dJ 4 W .C� DOd CYL E."'c �«^ 7 «+v 0.-.Q O F'm {4 Ago Z °�9C ^� 9Ed--. c_lOdUE"�. �,q.r e�^�•�'^' OA LYWU�°E'H WL0.N.r+ ti dEE�a�^v r d(�y., "E$L d >o ma d`Imoo.uuc'�aE=° °'r■me>�^.W ���o$.`W�+>�EEw aq^$«.P>J1°O 3��O}6a lW. yCy orooYpp.'9 UEew.:.m t/djy^q r.� m�. V�.O anW.X 'm aq aw m0{S 96v m�°a a?^waLS mw 4ca bG mL'�'COmw mL C+T3 I I I I Li I I ' 't «+m �O �.a W 6iuth a7 WO $° > rerF E�Q7 e> y«_ ur �_ 7` _ C A L E W V? � N L a ` M m V W« W a a m= a . r4 C m� S�[ E G�70 E r C O ° C �` Y W v E E ' r' �' a�uG b_ .' W C WS C C. -..+C L_ a m A L e _a1 m[ c Y r 3 V L P ^ 7 1, u v c ec •_ ° _ 'o L c q C C a WL d7.. d 7 ...c C W> W ..0 uC 7vO1G Y.> C m m O L"„E.�at«^\.+OCC �'O �L aL^roCr K.°. 6iS E WmF3 wW da ..."d`\ EM�'CrC v«.Cd Eat. tucggG� o5°r Aa 0EM V O2 E_�aay.°. Y.rW^�'^ � .+ pM C i °"a� JulLCaCYrcpEit!iIIIfl: ai' Wm Oa 3d_ t 3W F>Vr 7 E ^�v^7_Or mr SS "A ^La�M647{?O V d 7m m d �em�7�:^.� (�' .>'iCIV.4SIZCVa ap�'La� ..O O> qy'dO r� �C y`F K$ aW a� d°. �°°� zdo�Em$-°,� 9� u❑EY°rm ' uYu,F�a jz?��aPL� E°$ aEfl #I 9a9��c° ^Ey°<sFFy5E9y�m0 y«d ai�mu� ,4.,i>p."_uw�1.E<�aC d°mO7 QFa aFDCCt<5s F^°c�C`nN 'Q�d m�' W.'Fry3 <"u7Jv Fu.W.i�99>t av a;; a,.ti t, O -m.\m'VC1^ ..r WCQEC, A\'C `V.. W^7QWw Et Li ar�^°aim cmZ mL�pCa�9 i.d c�:s Cd nw m o amw WamF`amv :l ., C.cC>—> w.. «..m at w9wEum �..ca WwEOr6 «Cmu ,a, C •t I' a$saGcaa ° Cnc�9w cdZd A ��° w Ec ei> dXcEQ 5c 9 T�CyCF C OGE4uC ° ' YC y�9 «, �La E�^L Oaa' — �u u a u �. I: �: r d i ��11 P Q ❑ C L a^ aC W^ r if B y L o E C C b A 1' m a`, 7 N a E m C E a m P m W « S W ° r' w♦Y°.P « OPT a O r.. A" d yJ ° V � ` « M: V O m C qpy«y O,W.uyNlov i ��� q ��� a dy w C9P t r J 0: V `O� s �.0 N mL tl .+ W A66r GxJ .W.v r m3pA�3A C C OC �4iME Yd ~ �Tc a F��C 7.a S� Q G O m m m a C a F a a d a d W F 0 W[ M m q N W W y �,� .cdr garr�EVE5� 'a qyE 7 Qo Y.C'IP7 wo�d?0naa rd`Qa7'3emON�T E� c°,Eaat °y �dc9g9Z5 Y.Q >' adtiai O C ti '� rd CYO(.''rG E_o rCCN 1i �C m=d `°,,'Ci y«rC63' Y. 5 a r O««« H. Ce°`'.y�.°' Oy°`Z m�ZEFcm _ .Z' d % O L z C i d U/ C U d ' Y C L O • I L %^ i i. -' 6 O X C J v 6— '+�u %// D' u u ZJ � W" a c a 5_ C d / L > C o/ u C U V J J C :. 9 C 2 ar 0 V - ° Y V m J w O L d 6 V V 6 U 9 d YO/° t m L p❑ Y j a r d G 5 v U Y G J o c m 9 E> um/ Wv L d y 0 dcdY E C'v 4> =ou° -' o i' 7" ° yrp ..J•.L V>.=tL / V y• e V U/ C y3 C> v i :, c J r d -a u• A C 3 Y y v , Y G C gg q 3C•UJ T L' sr Y pr J K C • ❑—F Y C L J O_` y a = 5 G+•— O Y E y d' 4 / Y dLO °.da yO Vy `G UVyJEudy• OO °J Jry Cv $E�. O.�Eoava 5T! yY YrYY VllFJV UJ 0 9 J�C�C.J. /�LT CT.nOV d/Eripc up •—vC• .+^E°� —d saa av0C 5SaJ—,y dOCO.' <�O a J o;Qj` E / m C O ovCsi. rJ"°a vCJQ> E:: Lc `5^G ra 2a=_C V•Y •r�mb E $yy, F3u a o $E�k�o°Y`—°d�awivv yy'U•°u!°..Q>Y.d./oa5JSC d4 t08 �E$JE$E>•`uva33ovggVYv�p Jas:$x��e�°E:i5- 6TOX Ovr—•�i>m u=Y>? e`e3—se23>$x9=AI. ' Qo/—`incJ{y�ymJ°� Yx.T.3 Y!JY�V.u.5t"ok+JYoa`Yi5'�2=vs'�Oo5�+�°= 5E3°=kxrs�� Y C a E Y Y` '� O C� u Y Y VCC `i �. �. .� ° v mm^J LOS+ >T a'.CJe YJ.V+v �Wa a 05ao i' Y7$c vdj0 E! vdW�mY1p WTd vC Y 00m Su`oe 'a >o=» r p °5'—i—G voa52-92 a:q"!ucou "oo tly"roOe �Toea nq 35 e3a•�• �u3°.~.aEs l...,O.d .i E4 L_ >uJ dOGmm .O+ SVO O.T. q=�• u LQG55T° L�CO'D Jd CCF'CSp•J O _ u— UdJ % � LQY—C CO�J$�. G�J— .E+a+J� 6 �J a - 0 G J" O 3 C O C O= O V 0 L � C Y x Y>° c °^ >• C N E Y v g- °m Y Y ! Y _ E Y dC E„ a • T>_ Vin V F M �LOO`.%OrO Yom.—.�. .`+J OTO y... d04L` YOr-'r.[�-'�-L�LJL"" L J lEpGO LTA Z 0c 0.. V OOLO dp J JUC >Ym.. mv0 >0a 7lat >«m4 O.m IJCV OJtJd.5 on 9m of OutOOCr «umurVY r, ' N 9 TVC �C=EGO o'ua COoyxd°y8 e5dDAX 4SV C>i_= Eud3 •'o 5�Y.x Iov=es3 cL ro uv9 N E a i s Y y LJ J O C v° r L r O T O m Y 7 V VCV .� OL Lu ..vY^ .. $p • < Eo�Ym bZOZUJ a Yi:�.+c—gY 'aS°-0YY F3s`Je! .q5/.:50nv� "'0MVEvE v%+ >d $� • .E n ve5oruii+avec°.o.� ^9�5aaov 9 Y"YigotJa� doeso y3m�r rCy SS Syy� y$ i 5./.�— C C 0rJ . t;EL tc ' e CGJ5u �u YK.n-`Fv.9YV�XOy-�WE tl5 CVOE°u L VCi` u>m�V. CS upc�$aCo: O9g v +`s8'� 8E8a3auat�GC `o 2ES5xs oC.� tld5 Vupqu E9am0 t.Cw Js"u °m3 p $J55E3°o.'9 ac vTJ..3c >s3°yy«Fo �XYoG ,.V. da or�rY .aa r75cvaE $q w � ). Y /tS Sj R.WC saEuv-:. E+JeV7000 A3C°im°79n p=0• H3xc d^!] HT pa C� emn�EE5 I oY m. s j—g+�Yt s a7 s !! w5 °oe$•Y.o r3 maj+iii i$ .. E«e ev 37 �s•YaRZ14I a=!ur °E+Y�ev7 •vG>.= 3'l5r�a83°�pQ � '>�Sx°° °� °`i — ° — yG O�.�C ]E� 0 4yyyy«7.5 ■{q�°JO' ,> V; «Y+Y OOS�Y�Y�V��� / Y/ T5W 5dv 8°e v �3r `°YIVxa �OJO/ «•C Y.C Y C vy>n r°SE Yw..�°Yy_,°�ve��� u �3.a ECC 6;.V Ypp/ •^"Y �«a�Ji�Y3«y.' Y =O F e �$° Yd E�.°.a`�7m c Y 7 �n� - vvsC 5 i. o YS o• E��=o y wp s 5—Ssyoyt ycoryao8x S—cJ Ei�`uasE«e 33 533 o vJ E gaS'w—Ytl-9S oao3C?�5`�i>Sv9i3o3•`oSy3 `::���A3Eg8a�Yca :�°�—� of .p (C'L>C a«cUrW�. C9.uv Y^u .ev0TCes 0�'S q_ px9 e xr 5 >! Y y1Y 8mg3u5Oa5w:zVK$yx`ftrwwvswv.0 q.ie3«VVCLu°J�Yyi —^ �COOtl^�Y�i" 'a'=2=ydu.E5 ' O 3-../.OY o m.Om0V "v XF Xvuu0Ei0uJ0 J>COvS3�3�tiaESm� uSru v..3535$L >W LuEwC ' /\2 E Y Y Av c O s Y G Y 7 e T � �� v J�i.•. V°$ O� �r> 3 0' 5;V Ii en !JYO>' 8� L os C« c M 0 g to "y iV.YY 9v9 `" vJ `^ � d `oz O. '� !uO LE YSO0 4) WI. E 9V> Y�y cn „5NE 9u o d.° S, 5`G ^i u i:y"$Tvu Z S xJs of 00:2x 02.8 o:°+u °ma°Dg oa4i m ``" erd° r $ rt o 3 rya c� Y e3 1<c�5VYo p g O=� C .E9 7C.9 v `5 d== S1o..dgTf - Y3° C •° Y.-.OOvu`E p0I - ha II! °ZSLa3 Gds03�vZb CQ3 i7 r i $-.S Yr 2�' « '�o StrJ7 1 ry7 LA }�s s5$V Yo���$� 7 a0� fit!' i�.` _��ev gpo «E°3'0 ao ',So •e s°6 ' ii �8�2 � �8 ~-.ua ��H..Ss580Tvrj>a 6�< �!aj2drP S SO98e�ESC�16 -� = 0 s v « v M O Y 1� Y ° ; U9 YY_T Lm'a TOj . �/ vGti Y« �+e!E«�`�-����$F $Y_�EO JZiJi�Oi°�_J�CE 3L Ea O O G pppT iir — •r— .. .� _r O 3 C 3 Eii E 3Y OYC Y0. E s_ Y .30 m m Oudr`00 a`y8Fs �`..E VV°a�mc=4>n����a°�'`=oY;"g°V d�mnm'y�g� V«= ` CL I&r;}!%a P F T C..�OO,' ..7 OTC •Ey-.I=�iJ /.,mot •T. VJ•�O']8V`Nr vy"vJ`Z Na. `--vrTryy�C� e�o3E EW i YafG m ! Co « m«J «— -a- t.--. a 3 as sy L $p; N ' u Ow�ea��� 5 Ci �.t•i50V� Et �a 529�''c �O=0 a V mL � i V aYi y<`Ci; u � �j�j3 YY.T+F7 �j ..�W ud� N* �! TV" C �� op=eY ` �5/u FCG .��0 aE> &p3 Y >°.c •% Y ri!Oy �. .cYET .i iYaYT ` dAa O OOYY aYO 3 t— IE y a v5L V"gO CiuetO Y LC3'Csl5O '°ri O�jO , -3 E as r "_ $O. a`5 t Os SF �$25�3 �?Y cTyoO o_°>i 6e a.�,�c� 3`Y: co3 "A `r'v"! �_8ugo ECC = t o S� L •o t cicv opa i5 $ - 8 _)lc«_Y o€ � x=n ;5C OO� y{G' =Ypol TTs$C .o:43yuj"a • �>1=a� aL —�. $ CG° OEn TJ «G�°V^E asC SynOa VVU>iy'L3' T38Evy3Ji 6"�uC (�v «p O lIJIUD! 8E3»�Ho •oa<o aoggj•s3,m 02Mki < e•Y°•Fi� V ,pC`eta'�"1����wv Ee �.l3SQrp��x 6S�EoE sqp `o E�-«6c•3� Ei T$ eOONFd 4 G C«Fi° F FIq $L ivEve=�$" �$ ]$5oJ Yg1w 338 v yy� 5 ".>_ o3E E3-H5N7o98F 3`� 5 $aabEY 3"E?"wE=Ve '3�Swo 3S"5g.1'g; a $3' =rV.�S �CT�t5l� z a� a35 "+p� 558C3c5 �5u:Sn9 m• ."yO= O TT �Og e 3r^ 53 da =a � 'y33 8 S=�a Za�v3« E 3 v8�13!'�d o-aEQYd"$os°5n�`e0yc ceps A cati 8 ost2G�Yyt ip C�= « >sY5gO—o c`r` coaL osy 5Y�=-=pCoo°-«'s`oa J�. 3 w:.y GBFOuoW`a Gr.G° $ Cr'a YE3 3L..t+U vf°lgdEa u5 GY $$LYr0 7a1 >Gumm GL OCJ p a a e. a. a 3 C W x t V 4 J a t IJ r c n hfl a f O ' �i (•C f' • T V LQ� a _ . V • 1 - W - m \ ' O '- CT W 1 C- C- .1 O ft o a • m O W<m.+ J m W W W N T T T N r• -H . N v Y .n a Y > • Y '.- 4, • U • u V f ♦. W C M M • — b Y < U C 1 . 1 •- V 4 c • > a 1• e- 2 - i : c . a Y — L « «-n 3p. C • V . • n . •,-- - .a3 N • P - u • L 4)0' .C U < - a V Y .. • L 9 l a alt <Cy SIT ac PO c y b, � P 3 • c C. e C b -so a• u c i - Y . L C a Y ) -&I LC a Jo' u�pL 4N� ZO N6 N _c. .c a=ro`ur a9 � Gce .: •- —u ACCCV la «tuaY I r Y.� •'rC9 r' « CS 4 — yr s.c :: JVb Y E%% C G Y° Y C i c E S o g p i i L L Y a E y w O G r Y m €� i c'°Ec5Y`ELc°: t�;a « 5° s__°c7 icS�`c� rE9� a� pa �..y ° •.u7ac.r.iac EddC ≥: F"s gc�sao- u 3 ��c o° Yt r3 o_:.a• c->° r° -cv a35iY7=�� °i+j� s Y$ �— 0= Y 3 �• ruaY er �' $ �'c7u+ii$E.cu adoo Y n o$o «c a u.•,. Yo"so "��'bc •. N o u i i« O Y O� t w r y Y; r r 7 �. c r�� G M M•�. Y .. V r r 2a E.O >1 % 4 p r i Y �J q W. «.a .�TOF•+pya'�Y�'�0 V.IrO a�j '' ..C•°.C �Y °�6YC LOJ �jM 4�i CY Ar si° .a °p 'J xr4 fl e.:r� � 41r MYs•.� u i YjC fr.'Y . W & � 195 C r�,'j Q .Z x� a 3Y a.+ 1•r TZXc E'Gi�9 Y6r0Y'^ >'cY O•' YO G Or �i1.Y+ y� E �a"�a} p—� Egg?c �`A•oE .« a''3V""ysx�°c as u s i,$yygi� sSY asaru $Y3« ° E Yv 3v u.. i� O • Y.a p 77 ggg Cen E*:,a YL�`«' E577°cYry9:73 ICva �.—°� �f� C °cs wl°a?ps°�at3J9?QC Es fut r. a t u Q C C 0 6 Y •p V G L " E e %�o$yEuv_}o�En.,n°cay.. .. r.. 4 ..a«�c «y . a..♦_.♦ <i- 7 s ssS koE EEt: 5 T Q E c 7 a 5$ r v Y U C p W, Y Y Y Y Y T a Y Y r C 4 N s nL°SLY G E.�ja Lv+ °S°r ≤st ,i≥"LG �Y.L F4C _ YG..'Ea- ?DCtQ IC :y.E.%L C6.: Y �.6p uuu �Ec, �St yF 9�ioS55 2 i-in A_AG $C39E"`° E7Zc GFa�rYtOCi.�E d- Cc5 s«rO` EO Y r« rj QvYVty V.+p p4 T« O r r e cr Ypop i��r,3o— u —CS 2L cx..E r .y::c pca f.�C' v �� ��_ FLaty S-'3`o7d�ZE �CS i�l`.rc�iz �i�E y`,r�c'Koa� '' °�E°�.r. ,. ]w?�v a°{, ., E>' e5 oru r u.l�s a ci. c`_� X011 vu �r lyy r °v �QaQ . L'wLy a u ° ` Y— y :' 7^ E `o V` •$I T d F E 3 $ •=Yl C ~ aJ �l v7 W $�° Vg Y Fi ' �v5S 0u� olaa�9vau��—�3a°o �a,S �`�$YaFr3C�5° Mc5a �s� `°a$� 55 assAS4oa uv 5g a< cc EY vu> swo�ia C Er p9 7•• an Cu E a'aSgu G Yypp YA s YL�ra ta-O C«tt u9 =— x 7s�aN5 sTr M 6C Y« eau«r5v°.. �C��sC 5 Q °«°+■ aS$9s o r°r t- c ..i S•1 ...u�u E L'.+-rC Y y qrr 4 ,.,: pia uSr �`Y. 5e E�u7 Yco e.Y u .:>.L a'Wd.C Ociy .:. V.•.G �Gry YE'e..up«0'y T. R LE T S eac>e=nuycuc� �?PcQo5a�,�� ur.V+> Vian 6L —..v v «�n$in. Y a Ix IC S_ J. N x x a O N I^ o o` 5 ' 0 p r • r o Cs 1 V K `ff o = lV � \ I F � o°g xo I I 0 N N O M N S a < c❑ � • p o - r - V a L I J \ N �. ♦ 0 L O r to — o cc o — — Q • r L V r Q M O r t r \ j I. D p Q V ` S . Q O 0 ° Z •1 r L n C m — D a m C w - 3 3 E r v -+ O • • F I'— x V C d L U - `c O C xI C Y ' • M r u N -e p ^. . I <LC C J jc7 O x w - • Y 4 y Y [ Yaf n I I U I I a U O = C • G V a ? '.4 Da C O c E 7 o ao ; j cE' r 0. K > a Q y 3 $- 0 4 • y<1 7 Y L '+ b t e > - a: F Pd - ' a s C t a 9 " f� a a€ Y 5 c a V�ps �I -S& . waa oQ i. 3 CY -S Y C ° _ I I� Y V G a O X '� ° , . -----3 B to 00 5 Pa II o K 4- ai d i pC ■+ u •L''• - °GG i Yx 1 M" • y y Y U o F • .5 • LSi a " L y fi C. o5 :� I., n x E i0 - - N a w L ° C 'a. E I& v E < = r ' Y d p m o I �J I - m I I �I 0 0= I I - z t o - I o m o ^ t e 1 01 a 4 a t a I. I 5 5 E 0 O3 E YVt c a J .7 a Ea > > > M e Q Y is o o E q$ ® 0 m V V < L O a S E0 oV L y X M " Y F " °� o : `09 I I c >d YY I I I Ie N t • Y Y I I x oo O I I I I c ' ix O G?-° I i -, -- p O d t� W O i 3 O C. E � g x c E N — v o e ar K > 4,0 9 e0 ar o Ti as ~ V K Y C1 a L'- C 1 33 G o H r _ T u a 5± Y o L " " H p 5`o a e u Y i ii i ti r — M w N C � �� Ia cc >4 00 a N pY Y f1 o ^ 1 ? Zo C O a. u r " y^ G .4 ded x 4 e •Lo ° : <-" x -� �_ N r r "r L _ _' i.a G _ -nJ I" rO.: �UCv - �C a F. it LS Y Qy C Y v C .t a `:_ .. �. . L`G L'v E9 1LJGLSV-%SC-.<r9J'7 Y. Ga.. ..s -' _ r r G E m a U u- C O O i d L Y'J _.`-i+�' i . a T 1 r i+ G+ S r N L 6 S 'i 1 E y!° 6 6 ! S N - L D G <IG L.? ei.O C L ` 4DL`Cd C LD = iO ^L 7` wS9 i V Ot GJ CC_ RJ `r C" N❑ J = v C Y G_ Y g .. ... G Gq+ 3 d t +_a. ' V L C + o L` ° b o ` V y S tl 3 9 i' Ca Q v W j aq lCi�. .'. H ..-t3 Tyn 3GirdiCDN"UD�OVO��rN.LUatr�Yrl��� H r� ° �� L I. ..rr �- C` V'U C 6 . ' ay N{ e O° Q v C I z E i I+ E J C N W O W « Y ° b r T_ A V O B L n CJ b �J Y y r .. C E 4 rL y_ r Y` D i E Y J J i a 4 v a- E^ `JN, c :. uF`c C .+ L. " y V _ L c N Y O O = Y @J <t j G 4 C V D J (� r J D J c ....Q _ Q F N° 4« J C E Q E L G r a C C 1 4 ct C t p L O co C+ 4n 1 d �' ` 6_ u L T n: j, v 9 W V L « O y U_ U y v 6 L i W D N u_ -S J J_ J .. J L y V M C C C c C D E C a D 6 V]_ O_ p .r.+ E V u V L U r r° C r" r r a C U C Y W - « F J J o O «` 2 L G t D Y` ° O; s `.C G .i L P C 9 C b a U o y E L UqT% C C O d 6 N a Y - tl r O C r Q L J L C ti C d❑❑ ti E 'E V LQ=y° U4L .-..009 r ar LOO iF CpQ'b•K ��` YrC° Or`rC'` ba 0Cy�C VC.r' ad • �Y. 0 y L D Y j.. • y` yy v r L'j a0. 5 GL. • y a O z L a r C 5* G J VC≥ V C W Q✓` Q C w � D Y V D b_ .C&j r O C C v r C T C D a V ° C C N G E u 0-- cJcar O C 0] Y nnJ� .C S`'. O G E V T Y E 60 Er YS�5nd $a5 c�xc 3c s�geL .°.�D YcE aE+2Er��rm �� eE+G°xD Y.%ro sW Ea auk C «E+SJ~Jr Vr Eo \ JW+ u pJ'y GP -.%c�Err y«eC .°E. J LNOr \«Y«YQ ryL `?CEp�V'..E N r •GG C aVr C D CL C� YLN �'ti FVArFy5O MCC°r L7M�U VY-raN Y[lF COY o5rvuaBoE+u.W.o.i�aoa ca Ss 3yaE^,°e�� LJ5�F J JP.Y�Y.fZV a�«Gam'TL E5� EC r-ao5_'] Y:� •G V J «'Ut ` y O aC C{, .+ C !� Y 2 �— C = u Q rC E + C 6 F «� L e a�3 °ooQO. ?Q.2'>u vCFr ° oE��E�.Y.�Ea Yu`�� u��°a -"—'" ' '��aE acrcaa� r' aW `« p •9wD a C �a.� E d°•c.x EaF D,,, rL W • o pC �cS Ya,�i« `s ��t._�BG..�..r� aLsai GYD-O.`+r 307GF..39 YQaa.lo d �, C s�5.ru.3 oN.�C Em - Y L Y=a D O�p « 5 aLI� `,� V+ r E� ec L P ♦V _. _ u �p O Ctal.y i 0 � �r Jto c ° .M A v.SJr s« rFN s`0 o- :E� �C 4 +; 0 V C W b r Sb S. S v C5 I.g"� Fo�� ' _ J L _ J L L« c r .. „,n� Gr .5 m J a Vy U 6 L C C C CL' N L C 2 L G 9 y tl O V N V O Y Y N M W N O� Q.c• V V U ZC pp�c5Coic Ouu a Caa. fl"���ri T rEtXx.�1�� r��o FU � a, o QI1 r 9 t��eGs2�.�Ku.:a u 31 9m — v Efo.' 0I! I o I _ a < c E u ��..y�°E�E+ - L F.. W ±+ V W x y C Y a a P r . u COO c C L W Q L F gCu o H i. S• O YD .i Y .. am Cs,Z IAF92aaTaGL EaLrJ rKmP 1 131GN 33S d 9XE 0 OIXO 0 ^:X8 2%8 8X9 8x8 8% ZI 6 Clan 0 OUR 0 aix 818 8x8OZ N 01 do ' 3rE 0 88 0 erg 8x3 919 9X9 919 8 01 01 do 91( 0 919 0 819 819 919 919 919 9 SI 01 do 0 01101 0 8X9 019 919 919 9X9 21 01 do 91Z r % % Sx 9x 51 01 do `O 912 I BYB 0 919 919 919 9xt 9x0 8 01 O1 do S 0 X X xt 0x0 9Xt 01 ION 01 d0 OY C 9rz 0 exe 0 9X9 9X9 9x9 9X0 9x0 ZI CO) E N 'gu 818 919 9X9 9fl 98 01 of an CI 1 01 do 9XZ '-' e, as 0 919 919 5x0 0x0 txt 8 0. i I O'+ 01 do 'S x --- a 0 9M X x9 txt S C ION Clan 0 1331) (NI) (1331) 0 (1331) 1331 SNOWS ills 9NUvdS 01 d(1 01 d0 01 do 01 an 'ii JO 9NUvdS (1331) 9NUvdS 1V1N0Z1a0H 319VAOlly Nnwlxvw '1alA •'1x36 1333 HJN3a1 30 H101N 'ZIaoH HON3a1 io v N1d3o O C O (a6x0V»n5 11 fl*s 2L+H H x 52. ad v 3dA1 1105 6 . S1N3N3a1 n03a a39WI1 NnhlNIW -- 9NISOHS HON3a1 a38N11 C I'[-) 318v1 1 ^ T� Y sY n� yyi�E L ] 5YT 'uEi�cso$5 o COY•ss•�9s >uit«v" '� $ J a v L yy a +_ Lu- Y75U-. Y ' YE10' VL'a.. O Y"Ca`5 «Ea yy y S5Y oayy5>a _oe u ,' Ysti E$ °M]o �jaL uu ' Y `pt 4y y {V L�Yiy 90C�'4y LLY O• Y YO7YY�>fi ' ,yG � ; OYY5G Y 1 YY SV�^� .C sr Yu L �- Ja=OY` Yt y. .n ••Y GF yI .'1 ,,, �a-jg�� 958 = o9P ,tv>yY:?�Y.Yy• ] uppaYy�YY ,raF° ,u, y8 7 y y rrYgLV=aavo $ a EuC3�Owo =a �' Yy c 3 Y Et • iu•� ..Y ,7" Yep .$Ee eG M2E[ ZL'5,'E U.O9 $Y≥1y.5 `0 5�oC_�v.Y.'�� ' ' S t Y O ii A 7 y zyAy yy G$ r j O] `g� ° 5� y• $$ �� a !R7 o ' er a�$ZV h;�Y 31000Y 0O OOsr 9.��n0 3 y tlp aF a �. § rv«5$� a°� ae=i33«��i$O�5 a I4�9xYg■ ii00s°$ $fi�«gggy $ So q$$r,18 3� ' 'S 1 {li • ..C d3r y>,C., ..Q•5.. x.. x u v as s� .... s.�xE $ S $ y�E�$xMu9py,ASZ��Ii�,- pEs85«05q=a.irgr9°o«s $ i�J' E a iin iiYYO., .�EE.'$-•33 rG '',f' ,g+u.'=iS�oa'".IY's $" $'�•CESI 7Y$}}a��2�+i�� ' mx$ iV<SEoF�m�OQ .'7Dar•:��eiEZGm yam$~Em0«t]°885 �sm50-G.L.Ip� C a0 38 Lo C G ≥ cc %� a L a o u G u iL N c2 C 0 to Y y w Y Y= Y V� FO Y ri4 y Y>= u�$O00}o'Y s yo wYI i .�. �Y,o • O .. yy3 $ V r ~Y V Y^w≥ VSOY `y�J1 ..- y ' �•�'I g0� • yIy jFCi. • � ° Y }Gw • Y yak • y ≥ Y � ��� y � _ > • d U V s X a a$% s v! AGGG > CL]] F000 a>$ r a a Y r 3 �GGi $ [rC r y$T y7 yy a> s Ka$$sy a>$s .s a>Yt I d re' $a= �v0 5dY yy $sr \ VjY yip Sar Jyx yy8 q s .. ,≥ u e $ Xan U E 3 I eo 0220 oM.oe .3e> "ua] oen q��e-`a�sfi a u�z E� L XCXX• o°ma r°.x.x Y:.n a≥mm m5ox x�oxEG$iE x:>. o`V6w .,xx x„ox = x„xx x o 'L o a opo �5V ace.Ii gFLi $ 8 ? d > 5 ; SS arat- 14e 00 OOW 09j V1W OO GOM�<ItE 01j0MT Ocorn. ^G0�00D�< WE 0j070.191`-isy 3 3 3 Oad I C C 0 a C 6 2 U v O U G S 6 a 3 a --••is X 33a ••c I ,vX aaX ,a. x51 •IA3 "r9 I19 nlxc a• at 3 _ .-.-. i f• rY S it:l Y ,: Y: xG ? Xa 31Id] .A; S 7;X31 S J:xc =(p S%% cxG 91e L r1 y q1i c 011e S 91L vxe 9X5 BXS S 01 C 3s.^.:: 'ii; 'f97VcS s;) 371$ 13zf _91•X'!1 CJ dl C1 c.l 5 C1 d: : Cl dl CL 1 I133i; 39IDVd5 a l.1 1a$, .ia331 0 CI]Vd5 'VLROIII.IN iIGVRCI;V R161YY1, 1131, ZION 11334; 1113 h:9391 33 N1L:'4 N?S3n1 $iN':ndl c3]VYG 555a? d0 r (a41r131DS 'al .•1 ;cd • F x 19 . d :All 11'C r is a3n :. C31 39I1. i,:%:'w -- D%1YnHS A-\311 +39X11 I i l 41b`1 -pion 10; poin:;;sg,s dq Arm q aa11s aualr+lnpa jc ua,sam palnvxrynLirI .1 .1s0cc usga ssal aou 4axualas eacpuaq r wln 3ualrwlrba to Ira pare r I ILC9 335 3• nI%e aas 4xC c 7IY:I S c xGi Olxe n'c on OIIe 01 Oz 01 da 9x( S zIIOI s O:IG GIg Gx9 e1g 919 9 0'' 0L an 9xC S 0119 S eIe GYG Gx9 9x9 919 9 SI a< an I aa aas 9xz s z1Y01 S ci. do 9xz S 31101 S 919 9IG Gx9 9x9 Gx9 G 31 ci. C. 417 5 059 S 915 i11 9x5 9x1 9X9 S 01 ci. i3 aas 9Az S 01531 S GX9 Gx9 419 9X9 919 0: 01 0 d' 511 O]Y9 S B 959 919 9x1 919 01 m i3 911 S 9X9 S 9x9 919 919 91% 9I9 9 S 0Ld( C i ISC'D (1334) CMI) (.:339) SI z: 6 9 * (1311) (1334) 3(111aI13VdS 371$ 0133V)S 01 do 01 d0 01 an o nOG13VdS (1731) 0RI3VS '.Y11Y2I908 311Vfap':IV IA3i:1Yy 33dA 113% 31x09 RD�1 I U34 tt. .10 s1,1a31dn IWt SYVU SSCID do rr Rulla (a9ngaanS a3 z) Sad z: a t x c - d 9 39.11 ::05 b SIKI3bU uslill RRM1elW -- 31IXONS )4C G1t 13611 z'1 3 11IV1 u ter c1 :a) p]v]r :ems a .q .::v yllual]s :uao:.rnt> )o .. L;u.a2 DI.+:;;... ...... 4 ' Is, rC ue'] ssaT IOU v r' -'n r• 6 01 I J Iy]. UaJ ]s ButFu a9 a ynn ]ualeninba i0 at1 set8no0 < CI` 1310% 335 0• 13.10 0 a ]a5 sag a ___ OZ N 9%9 S LIXZI S 8%8 8X8 8X8 8X8 8X2 01 01 do 9%9 5 ZIX0I S 8X8 8X8 8X9 8X9 8X9 8 01 01 d7 9X9 S 01%8 S 8x8 8%9 8X9 B%9 a%9 9 51 of do aas 01X9 9XC S U%01 S exe 8X8 8X8 8X9 819 01 SI C 01 d • l 1 0IY9 9X( S 0I%01 S 8X8 8X8 8%9 B%9 9%9 8 01 J Ol in ' - 07%9 9%C S BY8 S 8%9 8X9 9X9 9X9 9x9 9 01 1..a C_____ 01 do 'a Cl E J]O% sag 8X9 S 0IXB S 8X9 91(9 9X9 9X9 9X9 01 01 of an 91(9 SXC S 8X8 S 9X9 9%9 9X9 9x9 9X9 8 01 01 do il 9 ZIY9 ZS 8%9 S 9x9 9%9 9X9 9%99X 9 9 01 an C ' 0 9 9 C Z 35017 (NI) (1331) S1 Cl 6 9 9 (1334) (1 331) 0NIDYdS 3215 7NI)Ya5 CL do 01 an 01 an of an 01 an 0N13Y4S (1331) • 113Y45 1VIN02110H 311VN011V HIIN 11111 1131 '113A 31 H3N3T 10 Hipin 'ZIN0H H7.Y381 10 N •. 58 3N 10 N d Sns 15 111430 ' 0 c .11. aan a pd e r ( V 5' 7 Z) 7 a • a Y S9 • d 8 3411. 1TOS • S3N3N311n 31 138111 NIWININ -- 7NI10NS HDN311 132111 FQ V Z'Z-7 318V1 1 C C 0 -p00n 101 painitasgns eq Are ga2uaaas luatealnba 10 siagaaa paanpv)nueI .. S Tsd 0051 uega Veuaus 300 ssa aa8u u9 a e 7 t Tp 4]7n matentnba ao aH set8no0 I 310N 335 13A0 ZIX9 9%C 9 ZIXB 9 8X9 8X9 9X9 9%9 9x9 CI 01 .1 9X( 9 01%8 9 8X9 91(9 91(9 9X9 9X9 01 OZ ' X ZIX9 9%C 9 8%9 7 919 9X9 9X9 919 919 B Oi OL an 9XC 9 BY9 9 929 919 919 929 9X9 9 SI 01 dl �s� DIY', 919 9 01X8 4 9X9 919 9X9 9X9 919 Ii V 01 d 51 gj 81(9 9 BY8 9 9X9 9X9 919 9X9 9X9 OT 0t d 9X9 9 81(9 9 919 9X9 9X9 9199X 8 OS of an 9 0CCl oil', PSoNB p,be14DM 9 91(9 9X9 91(9 9X9 919 01 an qw Cl 919 9 8X8 9 9%9 9%9 919 919 9x9 0il.Zidn 91(9 9 818 9 91(9 919 9%9 9X9 9X9 OT O1 an 829 pibe1 pON Sbox 9 9X9 9X9 9X9 9X9 9X9 Ot 8 an OS 9%9 p.ba1 p.ba1 9 919 929 9Y9 917 719 9 S aON ION 01 an B 9 S 9 3501) 1 9 9 (1331) (J331) 1.331 0NIDYdS 321S 3PlI3YdS 01 an of an 01 an 01 an 01 an omiavaS 0MI7Yd5 7VJJZ02I10H 318VH017V Nf0(I YYN '113A '113A HIH 'TIWMi HJN312 1H I1dn Ti NM 537118 SS017 10 . .. 9 5 H1a30 L 1 (atatq inS •a7 Z) )sd a, H % SZ - ed V 3111 1105 G • Sl, lIo 31 138NIt NIWININ -- 7NIV0HS H3N311 131NI1 a 3 I'7..-3 31811 Q J _ ' :. 1 e[ - - S 1 q ;. L L • .. .e •C ms [• J• - - - � i 6 a.j �CO�C •' eT. L- ✓ C �- .. m.. .. JCL CLC4L ^[W`G34` - i T C >2c Q C V — r _ L % 2- Z = C Y- ¢ .+ - G C 6- y Vy r G Lp ` m r l L ! C. GC C C J O L v E r n r n C L b] G L L m O ..rr C L d C• .�. r L y �. ❑ y ya J" C• L' r L° p� G[ m h C+ J O t: y .+. _ v`? i O E G E b c „� L C C L i V p C C L v L ' M n J J = a��Ir. v J ✓ C V a �'la = T a e a 'y « w V- c. tl V✓ t ° u .. L —C? _, • 7 d .. G V Q > C V C OUCS .VL• E Q tl�` C a j v" V t r _^ L r ° .nl _ C S y C L L G r 1 Di • E•[ J a Y l u a r " Y >° ar g r 3 a c =' o` "'[ 7 C Y D L ..ore '' o[ ti m ` w« o ° D E G 6 L` C„ P Y r •' C v v ° E O r O v --''-'.-- -'E' F° v E« L" m aYi L E r m T p V O- «n u O r D a G w s c « J r E 9 V -• G a 'a D T u v L . OG_,, Cxr dL 4''«!`35J O�'- av • CV 4 V F VL'C E^ CD GJJJ«F VUt] yr d".v uL F x d��F _ 6 A ry Y lbl'«[ mV r t 6 ° [°g v p E CLi t: L E V ° E SCbl [W x r✓ D' d ° ',na.0. a _ V 5. - C 3 coo E^'•z ,��L �MoND cEro3mv«'m3Yvo 3c�$5E�✓�°' j�y6�vr.La,."yu"�c-c"a��imay .a C r G a r_ arv^"]L 1° O �m 6a C a, C 6 O C— C m m Y u L - C E u^= v C V] V m, T _ V D m 0" m< Vtl D J Q E D U- .. Y b ° « V-4«[ V E r p p` tl F J S-' - yV Y¢ •5a d C 4 a U C E` -r TOF.J CTO Vr'-' V tl[ID J�rr G Lev Lo- '- a L CLL i OLL E E{V C TT5a.'n r ].S[ mm�.L.+P TLLk 6 p J L J F N G 1E L D a r F L N E a D J O r :V C E S c`�odt`cC E.L`. `c-Gcr�'� g`�_occ'__�-F_ 4` b.. «x.. =L 9 X 1y.11• c" P �• C J v V T j r a z r r o y O«. u^ La M ' C C C 6 C C -4 Eadra cQSWa c a5ar I_ :k ,• `cam a" aY_• •c „�"• ]auF =c t J X C] J[ v 4 C --a— 'a C[ w E E G Y rY r O— w v D N O V a w° C<- L p L ^° $ x] E E L < a C• C^`. v T .- k v u t C~= r a w a C Ci S u v E C 0 ° • L L J •' y 4 y r tl 6 V Y D E 6' — C d 2 IF cY�_e£s]Fo, evyau4 °�apx5EGLo-aF•Ip.ams cr sr S��VcIj_ C*d Jv�i=E�E�` EY 9 ''l'j k avyOe Er .C. nLa qCq raa pOp:JcnE�cC``L c� uc a«ro ro9a: a� or cF ° G6EErpa Eay G e C M• aJan ="EVf y.wYCJ ❑T_=ta CF CC CS_a r]t rr•a �m°r CrE_Cd—_r C YO vva`Y�VC r V JOtly�'L _C UTKaOVFEV� 5 / > vX c`` :ccfx u.`a _„L'o `r �a'a r�E Y L Lr v .v °o5 c -S oi° uf'n�yy EJ y a°GrJ ' 5. mr G p« a,v r LVL pr?a..i n_VG CCJp �� uY aL..Jy!al a.YL—vc L • �� n [SR La tJL Jan\r ..Cr O V E- O p[ S OJ _YZ O.C . C Etc v• 1lv Jra t4= r�� oo€ s J.Sua5 o C xy [,yD.aa E 'r`JCO crsuoax,,,C.. C 15yf T C ELt CO'Y3r a 5— YV Ea rn'J Or— 'C TLS O %Y]V a. F5La�Et5a.�'v5Co ° p[_av=au0 ,9avj' ou an od r_Y9cgE�c a�urde�Yr �u C J JD x 6X Sa y « .7 YV • 1 O[7 a a oQ PE o$Ea{.�odTEu �5€tlL t�s°t o�5� F €: dC Sc `�c5�2a; �E"NBc uu c-6Yt ua•uv<O tlr G-- uY • vr— pc o .. '�Cd G • „D9y[d ncy t[^F—�9 oL >j E n o Y ^O`L rOp-. Yu<..� f. .a• aa.a%L-. C1vtlr[�Y�a4 C v� OJIUCi E iZt+V 4nnC Y 6x c. •.c - - I vlV [L n Q < Er' `J a.E°- "w i✓ CD O~ CrvL w1`?DG~ GZtlr c C -LC=,. Aj Pisa= "'arri C �4.-,- C J I"' a 9 u x V -+ V Y C a 4 w 9 W U IL a. L a 2 N Prnw ]e) Fa r]1]5rrq a. <ru 4 t"alis :u lrllnpa ;o S:abNE jal^]'Y:-V'd tad OOS[ ir4] %s: ]:u 4]llaaa]5 $uiou.( r 4]]A ]aa'rn]i.W to ]1] 1rl-noG a aa� a]e 31 >a S 9X9 S 2lxol S OIXY 0119 PYP axP Sri 9 SI C1 dl I a:u4 its I aeqq ci zaS 9xR S 2:X2: S P%B fli PXP B%B BXP P 1 ': s =xa Hxy tYy VP + 9kC 5 IYill 5 FX4 axe +Ya 9Y9 QY+ 01 9XC S OIxO1 5 FXP F]P 914 9X9 9xa PxS S aX2x4 9x9 Yx9. j ONI]Yd5 171$ OKIJYJS Ol dC. 0. dl ii dC 9 Ica C1 d'.O21YC4 (lZit) 3'IONMY k,F1xy 111A '_Y3A = , a „ L IA Sid_ad] S1YtJ1Vfl sccE 1C •a S H143 l atl]r4a]n$ ']} :) .rd ;f 4 4 x ce - rL ] ed U :IOc • S193E'2)oh wl z y3£H11 L::-3 31cb1 I u I j 1 I I I 1 I N a . V C 0 z o ¢ }3 u:II 1\.t J F z Z ' d Z e W 3 °. • Y i1 z 3 or '♦'s a 4 ll ." e.II- ,u C6 u • -u p yy r H Y •..T E Y9!? .a 7 Coo! .+ .a ; .. 5• tJ Y n O !I Y 7 6 L Q �E . a• -y:° rGa� aH�i°�O Y yr y 020• g o W' ky�e;Eu ':'YG—Y3reoi rod?EY E i ` 5Q°m." a c S 5Y �QR�o Eweaggr�y$E was 11� 7,fj aGn�'ycu 8 t Soms - 8fii°�u� gagoe$ 0 .co .2 .°. E C oo$. uu>E9 Y$ 2 ..• 7r ' x �-^d aE3o9�•�8=5�.5� 0 3 aY -�o°a$$Sao 3 T y•s ar:'�$�r`o�X1aJi2iE'�3Y�'_�� �d11 O$O�`�Y op�o$�oa 9 o�� Oa �d9QQ si♦ a.-`� 3 1 1 .8T^$aOD ' ....-,t r�6^v 'S ra�.Or..n35$�uTY35$5ee 3e 'J�v."a,N Edit CePG�p ... [. .....$ a..oY !oAEun 5:Euo. u E8 Sic6E� 8 5 3 9pC5a°a^ $E $23 Lx� soondAg-° c ��y5i'Y'p� S%y 5s°y ' y��s�� Y Y �+ yayT$ 9Y�• wY rKY 57n>� 0;gG��as±�y$y.yjG`�;9p33a JrO���ppppr� 0 3�'OFu i8YE.a � ptT w QieatlOft jai �fY7Cu5� d > iqy � p55�5°YG�O g^p 5� ieEE sa�op~'pi Ee � pE� �` E" oo�i85o'S �A a�Qoc ,-a � flPiHP .,o5 0`e�E'8`�8 eon59a g' ..5gg�..����' s ko�o:$x^e,V,Ss3`9p on�'a: ^ d $ao 8a c 8 E o.. r 'G .,9 �I�S•U,°Le'�du 8": 'n p ioY i'q a�59dy�°c poa^ 8pppi3�3i�`^tqoy"i us°OS 5 'gE8�g J°cs �tio'�8ea5d7���negg$ ^yf�C�3^^�j vl•Ve�pNe'99"••L'li! YY j2 ; .. yv'� yYYy+, S.ry d=LJ^"`5.•O�C l� 5 gi5z?�a"SFIY x.'35 S.5Fi>wm 3tlViu.°. L o-oaB I .0 ♦ 1 N k L L O G M313NVIG HJNI n 11 ..::I 13 i pL>Jdk L l -.•1I IJ>. r ..I:.'�1 ^.'y`4q ]]JUL:U)u>P n'JC•V YC',P]JL]JAC1 1, qtf)% ..l t] \(J Oz Oldl i9 it M1AO I Z: 3Lc) i t M313:SVI0 M3d3NV1a Od dJ IC.'.!: IOJNI Z t 5 9 01 I M3,10 dl R 01 d:1 M3Aa :1.3331 Ii iiJJ 11'd'3j) 91 01. Z 1 Ol. do zi MAO ClI M31O R 0l dll ONDYdS ONIJVdS HON3M1 -:VJuaAA 1VINOZIWOH X30 N liVCkYN Nf1NIxVN H1d3O aaaIJHaNn±4oaLalM SM3aC1AO JI111VMUAH 9 3dA1 lIOS Hod S3MOI{S 1YJI183A ONIMUHS J:I.IVMaAH NAN111MIV z; -038t IZ)(8)wml'a 1pu>ddy a"S f273'°N (1) (2) wail •a sspuaddy aas :f I ) >ION (9) wa)l'a xipuaddy w punoj an Suuogs agnerd6y ua smou •Uaua8 pn'sa;ae: m s>,owaa j f[)3LON OZ tl3A0 at of do 1 SI nAO (Z) 31AN MaI3WVla M3d3IyVla M313NIVla 9l HJ41 C NON1 Z HJNI 1 ► R Ost 0: 113AO 01 8 Clan 9 MWA0 9101 ZI 01 (.Id3il Ua3i1 (.L3331 do Cl M3A0 do 8 M3AO S Ol dfl ONIJYdS ONIJVdS IQN3 LL lY-JL1M3A )YnNRXVN 1V140Z[MOH WMIXYNf dO H.Id3a U3ad) HJN3M1 dO HLa3M SM3aNnAJ JllnncAH V 34A11IOS Mod S3MOHS 1YJI1MBA ONRIOHS JI"liVMOAH N.ININLIIV 1'I • a3I9V1 n j 1 I I I I I. tL %ale% aigrpr%r )u.n Irnols Join10; naudua p.nylenbiotyue sssntae;nuew unpoid gnauoj a (C) 131 wail a stpuaddy aa5 (ZI sasw% Ii)131 wan'0 xtpuaddy "5:(1) sas°N (11 wail'0 ttpuaddv uI puno; aa'3uuogs )gnery$q uo sasou luaual put •salgts os saawooj 6 a 111310N OZ M3AO MR 09 NIE 09 SIC 09 Opt OZ v MR 0S Nil OS 51£ 0S 0'L ci p O — ZI f SI NI SE taLoN Sf NIZ S"£ SC M3A0 Nit NIL 08 NI£ 08 NIE 08 Opt SI oldn O WE Nit cc NSS %lt SS OZ t 01 ZI o M3A0 MR OV Z3LON 00 NZ 0v Sk r, Nit in • C Nli (lot NI 0111 NIt 001 Oei N (11 E y Oldn NI f S"9 Q):LON 59 NIZ S9 OL C NIZ 113AO ` NI E 09 Z)310N 09 NI Z 09 SE Nit = $3JSNVIG ONUVds lifl]hVIG ONIJVd5 lfJ3PlVIO ONIJvds (,NJ) (1333) (1333) 7 M3ONI1A3 ZIMOH M3ONI1A ZIMOH M30NIIAJ "ZIMOH O 'JdE 'lit Sl Oldn ZIM3A ZI O1dn8M3AO 8Oldn S OLL)3St VDLU1ONIOVJ$ ION NOUJ3s 7vJLLM 3p Uo T Hdd30 i (M31N3�No) (1233) HJNZIUi0H10IM ONIJVdSZIMOH VVN N SLIOIMdO r3€ 1a SM3UNIIAJ JIInVIJOAH S3IVM O IC 33dA1110S103 a SW31SAS H31VM ONIMOHS Jim VMOAH WflNIWnIV 91-03I9V1 IO 0 O sa %a le+t osnn R 19e1 J I MN 0011)35 ao; aaam3ua pmylmbaoryue aaansx;nuew smpad ynstsoJ, W(Zu31 waq'0 vtpuaddy aa5 :(ZI sasoN 11) (1) wau'0 xtpuaddy aa5 :(U 52ION (1) wail •0 xspuaddv uI puno; are •8ouogs Jtincap.(q uo sasou Ivnua8 put •salgn os sasowoo3 A `-' 41) 3LON 0Z M3AO ';MR 06 Nit 06 NIL 06 0'Vl OZ — ZINC MR 0'9 NIL 09 NIf 09 OL 0 01 do I •' N NI S'S (Z)310N S'S NIz S'S cc N3A0 NIf 001 NIE 001 NIL 001 061 it — Nif 0" V 8 NIL 08 NI£ 08 OY Olaf, 01 ZIC t NIL 09 (Z)310N 09 NIZ 09 S'E M3A0 C Nit NIL Oil NIL OZI Nil Ott Oel N 01 ' ZI'L — NIL 06 (t)31ON 06 Nit 06 OL OL do Nit 6 S NIE o'8 Z 3dON 0-8 NI Z 08 cc M3AO Nit M3 1 13VlVI ONovds M3J WV1 OHL)VdS M313WV1 DNDVdS (1NI) (1333) (1333) M30N 211044M3ONII 'ZIMOH M30NI 'ZIMOH '14 C '13 Z SIQI do ti 1340 ZI 01 an 813A0 It Ol do snInaow ON1rids HJN3M1 NOUJ35 WWJL 30 1 ONDVdt zIIOHH XVPI (1333) HJN31LL 30 H101M 11141300 S SJIIEJIMdI1 M32 NLL SM30Nr1AJ J1-InvMOAH y3,yM L 9 3JAI IIOS 103 SW3ISAS H31VM ya. ONIMOHS JIM V MOAH W fNIWn1V 3 E I'03I9V1 a a Q a. a N it r C.7 J � O y O U ti Q ~ i I a a. a I3 N ri E 9 .C I° • C a C O Y u Y C Y O V C^ + .n .N + a Y Wv� 9 V N L « Y Y a O U O Co •b. . •O ^ a u Y G P m W N'N ^ o •.4 00 C 9 w 9 nc EL O ^ V Y' � E 3 a ) In z C ~ >._c= O a — u o -- z u•- C O a Y Y C mr O C 1 w E N .r r a � m .O C m N O O n N a W YP Y 6 q.- 4 V L J • Y u u u y %.n Y n w W ) M v I -v V V u 0 + Y.0 cc L q^ L.N C 6 M U 9 0 EC m Y L > w Y o Ca'. a T a u3 )u )CI.. u a Y .n Y'C ^ a ^o — a. "NCO ('4 -ti' J O ---II- ^aY ^ Y C . F.W ^G. CA.J9 ca.cb O•+ 0 Y Ov YN9 CY Ova Y) •Y O L '•• •n J N w V O N a Y M M N Y• Y N. O a.'!'a.'!' Ya•• 6 N V 9 V Y w YY O .Y C.... C Cc •° O d N v 0 w Y m C 0 0 w 0 J + W •a , a •N .N + .0 •O N P Y N 0 mm % C P P Y C Y 9 a M L Y W O O .b.+ P In u1 Cl Y O C" U •d U N Y Y 4 4 Y M a CO E 9 El.. tO C a C .c i CV IaJ V 9 Y O O•. p• H O a iy a. J W Q ..C .o e9 �a�eCL c L V a a tl d C C cdi Oy L d ]a b d �'C.4 y 9 t 7 m ''• O .u1 C O C p C O w y 7 u° 40UY�+LjNC C0 u P n Y 0 d 6 L m 0 m a U m 7 0 L pq, U m C C C OL a O Q y ...,'c �C� 9,C QwVCU�TClT11V �uac «n L u 4411n 6?L d.. ° Lr 6c m 6 u� vu`: u�mt �°0y X00 E E�nda _ m E U ti O U E� • J C] 14'4. O Y - I r - L .S -_ - r 4 L' L 7.a ---cc C I 2 U. •t 1J V Li q °= a cc •. L.L° R v c _ � 'CaLv'-3-Ur-: A\1 Laa� V ^ aJ CE.r _ j° G L G pr+ ^^ C O O L T C. G C E= J O y w j 0 i.0.U 6 Cu - K D a m K a C L L11 c s, V O"= UL y[mr, 4411 �Oc pmuJ r.y Wa n mj Ep LG;��bnd ., T 4 GI G p p a •n u« ax LTE a aOL Ea LO c:,C aIP� a, u hu Lc ` d C -+•'+tea a G N a Can G u E ZN v QC oJ. a. TAP° N c O a" .a « U UU L— C C L V �E X.+ E w L O 6 a 0 a V a O d m V •1 o w J 6-0 Oi m ,•n, v. Y 0 L, O I- ... 9• p "t 4 ✓r. -y a C UL.a C V N L n 0 0 11C G J ` r O d F a O C C C d 0 a a C G ^ C 3• y d c y mJ dd aLV�. ..V `3 O UgpV Ud n yLL m� jaPw. Jp• o wr + n v ] 9 m Y m 9 L �, T C ` C a L �• :IC 3 „ ,. Y • o; ° d O .. E.aCrG" V L vGL«�peace L u Ri a ac sO (] P Si H m d m • e F. r r U u y J J m O Y V `• .. V L° ... G m ° L4 ud r 81 l « ^ r 'O C) U ti':i u `.' L'." ?r •" .• c r' O d Ua Ou d 9 �L 9 9u �n a '•C EEniS .< Os. `mE dc,a �v 00 �4d yt4i.n E •._ d Ec °$a...�e ooN- MC - E�auLCu ^ a � yea`Ea-G°G°°maadacmadcE�`c�a��v �a ��3yt�j 2�t C- C �" aDU9�dCa V ON..I ° «O. -G L dGC^ uE7.. rCAV«E vi o a C Y •+ Cuam—m E E u u 3 �y {y.�` Co ,'�— N aIA b4V.. Cr� a e 4Y„JCQ^ter mx 0U CUES EJU a C dJ d O C q nC {a T «: c u m .r _� G• l' G o .d u N N G C U V^ 9 p n C t C n 9 v Y Y 9 U G Y V CI L P d d C G Y w_ (• Y L •.0aI .+ 'C U t y u«aDL� i_V O_^oCO..mGaee5a urEdvd d Y_,°-•,da0c[o ap$ Qia a L= 0;.. bo nc G_ dCd F 7m ]Y.+ ,G Lti47Lt `m$ q� O T]g �ao^ NC C�Yw4■V ... '�'^V°•'r.-."C_U.C m d_yy �'C VQ, cpi U"b{4� O 0aY w.7 CO�S 8C u«�u VCdY�NpQJ`03 Oaa°T�•a���a ao'0 „•=dC TL �Y4'a a 5 her yY�`�Ea aE n Loam O L L7a m ad9 T°C YE O A i]L Nir ^yULOC�/V•+.-TiU^tj C.n�^Gds pO .n r ^ �"Lr.. �G{•.((0� `� ]EdrTNFd L O �Lr �111'a'•r a��O„,rrLrom�O�FmL�V~>Of lU11'n °�V]Lmmr M <O r�FnC « " Y 4' 6 TdV_ EO pr Owen+ O a ad.c. -. Jc . mm 4•+m -V q mCL m LY ULru d. u n U..n I C I A I L I u d [ Fa. , , Y E �• • o e 0 u e C a O1 L Y .4 c Y o e Y S V •-. • u C l• • 4 L r Y • I4., U O P u ] W ] W y e .-. — 1 Y •. V ad m N C- P • V Q C T q C••J O C C V U L,C ] C WV Y Y K• -I Y.4 C u • u .m E M a^ 4 a -4 w dJ L V g e Y Y •�+ - Y 9 g e e m O 6 C �+ £0 Ra L O L L •G V .C V V C L p � « .. ._u .. w 4J40W m U •C U Y y d V '. 6 O L u C L U 4 t e e L V' a u L L L C ^ m S L > ESL uY --- 3q ' -q. �uc rw 4- aq < C 0 4 L R G V 1114 u r. ] p., •^ L O a r r q N -o n q S 1] C C 4 U m O xi.- 11+ v L N v m] n v Y V C 4'.- O L OC Z OC 6 '+ V n L 0 • r- 4 )&J 11-• ..4 4 • u L w m 11 a 0 - 0 4 e E O 9 4 O ..- Vr . U O ..- c m i ' t t >. S E q O F V u N U« u N Y L C M N V O V M N m C L 6✓1 u O.Y W .n U n W' O E C C v' S O •O q _ O ,o 110 q L O C k bE V E C'CLC •L Ym �O]mY o]a6 Y '0 e..4u O '114 Y Y u Y N 6 N E •u N L CNW ace L R O L a •w a P G V a 'p V C P g O m P L T C T h] ' N 4 &) )C .—C_ E v -11-11 u Y q r u y V V M w I U TABLE OF CONTENTS FOR PART D -SPECIAL CONDITIONS DIVISION 2 SITE WORK Section Subject D2-1 SITE PREPARATION D2-2 REPLACEMENT OF MANHOLE FRAMES AND COVERS D2-3 REPLACEMENT OF MANHOLE FRAME AND GRADE ADJUSTMENTS D2-4 SEALING OF MANHOLE FRAME AND GRADE ADJUSTMENTS D2-5 COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES D2-6 REPLACEMENT OF MANHOLE BENCH AND TROUGH D2-7 MANHOLE GROUTING D2-8 INTERIOR MANHOLE COATING D2-9 EXCAVATION D2-10 BACKFILL D2-11 SANITARY SEWER REPAIRS D2-12 CURED -IN -PLACE PIPE D2-13 SANITARY SEWER CONSTRUCTION D2-14 CONCRETE STRUCTURES D2-15 CLEANING AND TELEVISION INSPECTION OF EXISTING SANITARY SEWERS D2-16 RESTORATION D2-17 WATER DISTRIBUTION SYSTEM I 'J I I I I I I I I I I D2-1 SITE PREPARATION A. General 1. Clear areas necessary for performance of the work and confine operations to that area provided through easements, licenses, agreements and rights -of -way. Entrance upon any lands outside of that area provided by easements, licenses, agreements or public rights -of -way, shall be at the Contractor's sole liability. 2. Do not occupy any portion of the project site prior to the date established in the Notice to Proceed without prior approval of the Owner. 3. Contractor shall be aware of certain requirements by individual property owners as specified in Section H. B. Materials Not specified C. Execution 1. General Remove, relocate, reconstruct or work around natural obstructions, existing facilities and improvements encountered during site preparation as herein specified. Take care while performing site preparation work adjacent to facilities intended to remain in place. Promptly repair damage to existing facilities. Dispose of waste materials in a satisfactory manner off the work site. 2. Surface Obstructions 1 a. Tunnel under sidewalks, curb and gutter, drainage structures and similar obstructions if tunneling is best suited, otherwise saw cut the obstruction in straight lines or remove it to the nearest construction joint if located within five feet of the centerline of the trench. In no case shall the I I D2-1(1) City of Fayetteville Sewer System Improvements L joint or line of cut be the edge of the trench. obstructions removed to specified and to the di original construction. required by the utility cost to the Owner. less than one foot outside Reconstruct surface permit construction as mensions, lines and grades of Restore damaged utilities as company at no additional b. Protect, move, or brace public and private utilities as specified in Section D1-5. c. Maintain mailboxes in the manner that the Postal Service requires to prevent interruption of mail delivery. d. Site preparation includes the removal of trees, shrubs, brush, crops, and other vegetation within the limits of the easements (right-of-way), or as may be provided for in licenses, permits and agreements. All efforts shall be made to retain existing landscaping. In the event that trees, shrubbery, and hedges cannot be saved, then prior approval of the Owner and the Owners Representative must be obtained before the existing landscaping is removed. 1) Trees All trees shall be saved unless removal is approved by the Owner and the Owner's Representative. Trim trees in accordance with the Owner's instructions. 2) Shrubbery Shrubbery shall be saved unless removal is approved by the Owner and the Owners Representative. Make reasonable efforts to save all shrubbery by trimming, in accordance with acceptable pruning practices, and treating wound surfaces with a commercial pruning compound. 3) Small Plants and Flowers At least two weeks prior to the start of construction, notify property owners of the proposed starting date so that the property owners can remove any small plants or flowers. e. Fences interfering with construction, and located within public rights -of -way or as may be allowed for in permits or agreements, may be removed only if the L I I I I L L I I I I I I E L I City of Fayetteville D2-1(2) Sewer System Improvements I J ' opening is provided with a temporary gate which will be maintained in a closed position except to permit passage of equipment and vehicles, unless otherwise ' herein specified. Fences within temporary construction easements may be removed provided that temporary fencing is installed in such a manner as to serve the purpose of the fencing removed. I Fencing removed shall be restored to the condition existing prior to construction unless otherwise specified. The Contractor is solely liable for the straying of any animals protected or corralled or other damage caused by any fence so removed. If. Private Sewer Facilities I Make every reasonable effort to protect private sewer facilities. Private sewer facilities are not shown on the Plans. When these facilities are disturbed or damaged by the work, make necessary repairs to the facilities to maintain continuous service prior to the close of the work day at no additional cost to the Owner. Ig. Property Pins I I I Preserve property corners, pins and markers. In the event any property corners, pins, or markers are removed by the Contractor, such property points shall be replaced at the contractor's expense and shall be re -set by competent surveyors properly licensed to do such work. In the event such points are section corners or Federal land corners, they shall be referenced and filed with the appropriate authority. h. Sodded and Landscaped Areas Minimize disturbance to sodded and/or landscaped thoroughfares and areas on or adjacent to improved ' property. Do not for construction practicable, keep materials. I I [1 use such areas as storage sites supplies and insofar as free from stockpiles or excavated 3. Subsurface Obstruction a. Where existing utilities and service lines are encountered, notify the Owner thereof at least 48 hours (not including weekends and/or holidays) in advance of performing any work in the vicinity. D2-1(3) City of Fayetteville Sewer System Improvements Excavate, install pipeline and backfi33 in. the ' vicinity of such utilities in the manner required by the respective Owner and, if requested, under his direct supervision. The Contractor shall be responsible for damages to a public or private ' utility that nay occur as the result of the construction. b. Protect, move, or brace public and private utilities ' as specified in Section D1-5. c. Make a reasonable effort to ascertain the existence of obstructions and locate obstructions by digging in advance of machine excavation where definite information is not available as to their exact location. Where such facilities are unexpectedly encountered and damaged, notify responsible officials and other affected parties and arrange for , the prompt repair and restoration of service. D. Measurement and Payment No contract prices are established for Site Preparation. ' rl I END OF SECTION D2-1 ' I I El n 1 City of Fayetteville D2-1(4) Sewer System Improvements Li D2-2 REPLACEMENT OF MANHOLE FRAMES AND COVERS IA. General 1. Description This Section describes replacement of manhole frames and covers. Manholes designated for replacement of frames and covers are listed on the Manhole Work Item Repair Form in Section G. 1 B. Materials 1. Frames I I I I I I I I I I a. Frame material shall be cast iron conforming to ASTM A 48, Class 30 or better. The frame shall exhibit a tensile strength of not less than 30,000 psi. b. Frames for standard manholes shall be Neenah R -1726-A, or approved equal. C. Bearing surfaces between the ring and cover shall be machine finished or ground to assure nonrocking fit in any position, and interchangeability. 2. Covers a. The replacement cover shall form a water resistant seal between the frame and manhole cover surface. The cover shall have pick bars or pick slots and a machined bearing surface on the bottom of the casting. The cover shall conform to ASTM A 48, Class 30 or better, for Gray Iron. The cover shall have a tensile strength of 30,000 psi. b. A typical standard manhole cover design shall be Neenah R -1726-A or approved equal. c. Covers shall set flush with the rim of the frame and shall have no larger than a 1/8 inch gap between the frame and cover. d. Bearing surfaces shall be machine finished. I D2-2(1) City of Fayetteville Sewer System Improvements I C. Execution ' 1. The contractor shall be responsible for supplying the required material for the replacement of the nanhole frames and covers, including the unloading, temporary storage, and transporting of the materials. 2. The replacement manhole frame shall be compatible with the replacement manhole cover specified insuring a water resistant seal between frame and cover. 3. Seal replacement frames to the existing manhole in accordance with Section D2-4. 4. Manhole frames that are observed to be cracked, broken, ' pitted, or contain gaps in the bearing surface preventing a water resistent seal shall be replaced. 5. Remove scrap frames and covers from the site. D. Measurement and Payment I Payment shall be based on the Contract Unit Price per , manhole frame and cover replaced and shall be for material only. Payment far sealing of the manhole frame and surface restoration shall be paid for in accordance with Section D2-4. I END OF SECTION D2-2 , I I I I City of Fayetteville D2-2(2) Sewer System Improvements ' D2-3 REPLACEMENT OF MANHOLE FRAMES AND GRADE ADJUSTMENTS A. 1 B 1 1 C 1 General 1. Description This section describes replacement of existing defective manhole frame grade adjustments and the installation of new adjustments where existing manholes must be raised. Manholes designated for replacement of frames are listed on the Manhole Work Item Repair Form in Section G. Installation of new adjustments where existing manholes must be raised will be designated by the Engineer. Materials designated for shallow manhole construction are given on the Drawings. Materials 1. Precast concrete grade adjustment rings and flattops shall conform to the requirements of ASTM C-478 and shall be one continuous structure. To accommodate steep surface grades, non -uniform precast adjustment rings may be manufactured so that they are two -inches deep on one side and three -inches deep on the opposite side. In no instance may any non -uniform precast adjustment rings be less than two -inches thick or be of multiple piece construction. Adjustment rings of uniform thickness shall be a least two inches thick. Minimum thickness of flattops shall be 8 inches in non -paved areas and 10 inches in paved areas. 2. The replacement precast grade adjustments shall provide a structural capacity equal to or greater than the existing or specified manhole frame, and shall not affect the opening size or surface appearance. 3. Cracked or multiple piece precast concrete grade adjustment rings will not be accepted. Execution 1. Existing Grade Adjustment Rings a. Existing grade adjustment rings constructed of precast concrete may be reused provided they are not cracked and are in otherwise good condition. D2-3(1) City of Fayetteville Sewer System Improvements b. Existing frame grade adjustments that are constructed of brick, block, or materials other than precast concrete rings shall be replaced. 2. Seal frame and grade adjustments in accordance with Section D2-4. 3. Existing flattops found to be defective shall be replaced. 4. Seal flattops in accordance with Section D2-4. D. Measurement and Payttent ' 1. Payment shall be made at the Contract Unit Price for new precast grade adjustments. This shall be for the cost of the new Precast concrete adjustment material only. Payment for grade adjustments with a nonuniform depth shall be based on the average vertical depth dimension. All other material costs and labor costs shall be ' compensated in payment made at the Contract Unit Price for sealing of frame and grade adjustments. 2. Payment will not include the height of joint material. ' 3. Existing adjustments that are reinstalled are not eligible for payment. 4. Payment for sealing of the frame and grade adjustments shall be paid for in accordance with Section D2-4. 5. Payment for flattop replacement shall be at the Contract Unit Price per flattop replaced and shall include payment for sealing of the flattop in accordance with Section D2-4. END OF SECTION D2-3 ' City of Fayetteville D2-3(2) Sewer System Improvements D2-4 SEALING OF MANHOLE FRAME AND GRADE ADJUSTMENTS General 1. Scope This section governs the materials required and construction procedures for sealing manhole frames and grade adjustments. Manholes designated for sealing of frame and grade adjustments are listed in the Manhole Work Item Repair Form in Section G. Materials 1. Bitumastic Gasket Material Bitumastic gasket material shall meet or exceed Federal Specification SS -S -210A. The material shall show no signs of deterioration for a period of 30 days when immersed in solutions of acid, alkali or saturated hydrogen sulfide. Joints shall show no sagging when tested at 135F for a period of five days. Bitumastic Gasket Material shall be EZ-STIK. Trowelable bitumastic material shall be GS -702 compound or equal. 2. Precast Grade Adjustments and Flattops shall be as specified in Section D2-3. 3. Concrete Bonding Agent Bonding agent shall be Acyrl #60 as manufactured by the Thuro-Seal Company or equal. 4. Portland Cement Concrete As specified in Section D2-16. 5. Polyethylene Minimum thickness of 4 mils. D2-4(1) City of Fayetteville Sewer System Improvements I C. Execution 1. Excavation. a. Nonpaved Areas Excavate adjacent entire frame to a below the top of Limit excavation The sides of the vertical for more depth. b. Paved Areas to the manhole to expose the minimum depth of the top 6 -inches the structurally sound structure. tc a 6 -foot by 6 -foot work area. trench shall not deviate from the than 1/2 inch for each foot of Make a square cr rectangular full depth sawcut and remove the pavement by breaking out from the sawcut toward the manhole to avoid breaking the frame. Do not use pavement breaking equipment in the sawcut. Frames broken during excavation shall be replaced at the Contractor's expense. Excavate the work area to expose the entire frame to a minimum depth of the top 6 -inches below the top of the structurally sound structure. Sealing Procedure a. Remove manhole frame from the manhole structure. Separate and observe the condition of the grade adjustments. If the grade adjustments are loose, deteriorated, broken, or show structural defects replace them in accordance with these Specifications. Replace adjustments that are constructed of brick, block, or materials other than precast concrete rings with precast concrete rings, or where necessary, and approved by the owners Representative, a precast flattop section. Precast concrete rings, or a precast concrete flattop sections will be the only adjustments allowed. b. In brick or block manholes where it is difficult to determine where grade adjustments and walls meet, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, notify the Owners Representative prior to replacement of the grade adjustments or manhole frame. Existing brickwork, which is structurally satisfactory, if damaged by the Contractor shall be replaced at the Contractor's expense. I I I Li L C I I I I I I I Li I I City of Fayetteville D2-4(2) Sewer System Improvements IC. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding ' agent followed with an application of a quick setting hydraulic cement to provide a smooth working surface as thin as possible. ' d. If the inside diameter of the manhole is too large to safely support new adjustments or frame, then a flattop section shall be installed. e. Joint surfaces between the frame, adjustments, and cone section shall be free of dirt, stones, debris, and voids to ensure a watertight seal. Place a flexible gasket joint material, minimum 1/2 inch thick, in two concentric rings along the inside and ' outside edge of each joint, or use trowelable material in lieu of preformed gasket material. Position the butt joint for each length of joint material on opposite sides of the manhole. No steel ' shims, wood, stones, or any material not specifically accepted by the Owners Representative may be used to obtain final surface elevation of the ' manhole frame. f. When precast concrete grade adjustment rings are placed on the manhole structure to obtain proper ' grade, no more than 24 vertical inches may be used, unless approved by the Owners Representative. ' g. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of casting will ' conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. h. Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one half (1/2) inch above the surrounding ground. Backfill shall provide a ' uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regraded near the manhole. I ' D2-4(3) City of Fayetteville Sewer System Improvements i. Manholes in open drainage courses the Drawings. fields, unimproved land, or shall be at an elevation shown on j. On non -paved manholes, exterior surface of all exposed grade adjustments and four inches below sound structure shall be cleaned with a wire brush and then waterproofed with trowelable bitumastic gasket material in accordance with the manufacturer's specifications. A protective polyethylene cover shall be placed over the waterproofing material when backfilling, following sealing of the frame and grade adjustment. 3. Backfill a. Non -paved Excavated material subject to review of the Engineer shall be used for backfill and mechanically compacted following sealing of the frame and grade adjustments. Bentonite may be added to backfill at the Contractor's discretion. The level of the backfill shall be to one inch above the frame bottom with the removed topsoil being placed on top of the compacted impervious backfill prior to replacement of sod. b. Paved Portable cenent concrete (c.f. Section D2-16(3)) shall be used for backfill following sealing of the frame and grade adjustments to prevent compaction of the joint material and extend to 6 inches below the top of structurally sound structure as shown on the Detail for Manhole Restoration. 4. Restoration Restore surfaces in accordance with Section D2-16. Grassed areas shall be replaced with sod to match existing conditions. 5. Testing of Rehabilitated Frame and Grade Adjustment Seals. Test rehabilitated frame and grade adjustment seals for watertightness in accordance with Section D1-7. I 'J 1 I 1 I I I I I C I I I I City of Fayetteville D2-4(4) Sewer System Improvements I I D. Measurement and Payment Items listed below shall be paid for separately. Cost of all items not specifically listed for separate payment shall be considered incidental to the contract. ' 1. Non -paved frame and grade adjustment sealing. 2. Paved frame and grade adjustment sealing. ' Unit Price for sealing frames and grade adjustments shall be eligible for 60 percent payment after the repair is made, an additional 10 percent is eligible after testing is complete and an additional 30 percent is eligible after restoration is complete. IEND OF SECTION D2-4 I I I I I I I fl I ' D2-4(5) City of Fayetteville Sewer System Improvements [1 I I I I I I D2-5 COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES A. General 1. Description This section describes complete and partial replacement of manholes. B. Materials 1. Precast concrete manholes will be allowed for complete manhole replacements and precast concrete sections will be allowed for partial replacement of manholes. Manholes and sections shall conform to the requirements of ASTM C-478 and shall be as specified in Section D2-14. ' 2. Frames and covers shall be as specified in Section D2-2. Exceptions to these materials shall include shallow manhole construction as detailed on the Drawings. I 3. Exterior surfaces of manhole sections shall be coated with two mop coats of coal tar epoxy paint, Koppers "Bitumastic Super Service Black", Tnemec, "46-450 Heavy ' Tnemecol", or equal. Dry film thickness shall be a minimum of 14.0 mils per coat. Recoating shall be done in accordance with manufacturer's recommendations. 4. Opening for each connecting pipe shall be circular with a compression type flexible rubber gasket cast integrally into the manhole wall. Flexible gaskets ' shall be manufactured in accordance with rubber joint specification ASTM C 443 and shall meet the performance and test requirements of ASTM C 425 for compression ' joints. Flexible gaskets shall be A-Lok, Presswedge, or equal. 5. Preformed and trowelable bitumastic joint sealants shall be RAM-NEK, CS -102 Con Seal, or equal. The minimum dimension of preformed material shall be one-half (1/2) inch square. 6. Backfill shall be as accordance in Section D2-10. ' 7. Fernco couplings or equal shall be utilized to connect replacement pipe to existing pipe. Replacement pipe shall be of the same size as existing pipe. Type of pipe shall be in accordance with Section D2-13. ' D2 -5(l) City of Fayetteville Sewer System Improvements C. Execution I 1. Complete Manhole Replacement a. Manholes designated for complete replacement shall be completely reconstructed using cast -in -place or new precast concrete sections (c.f. Section D2-14). The existing manhole structure shall be completely removed prior to installation of the new structure. b. The Contractor shall remove all debris and prevent any material from entering the sewer line. Debris shall be taken to a landfill or dump site approved by the Owner. c. All sanitary and storm pipe damaged during excavation shall be replaced at no additional compensation unless otherwise noted. d. Any incoming pipes which are 2 feet or more above the outgoing invert elevation shall be equipped with outside drop connections. e. Complete manhole replacement shall also include replacement of frame, cover, bench/trough, and sealing of frame and frame and grade adjustments. 2. Partial Manhole Replacement a. The extent of partial manhole replacement shall be based on the depth of deterioration shown on the rehabilitation schedule. The Owners Representative shall be notified if additional deterioration exists. The remaining structure shall be capable of supporting the newly constructed portions of the manhole. b. Excavate the work area to expose the entire depth of deterioration in the existing manhole to a minimum depth of 6 inches below the top of structurally - sound structure. C. Perform reconstruction to allow easy access to the manhole. No more than 12 inches of depth of precast concrete grade adjustment rings shall be allowed to obtain proper grade. d. Seal manhole joints in accordance with Section D2-4. e. Precast concrete corbel, or barrel sections may be used as necessary. The diameter of the sections shall be consistent with the existing remaining structure. Place a flattop section on existing manhole structure prior to setting sections. City of Fayetteville D2-5(2) Sewer System Improvements I ' Flattop sections shall not overhang existing manhole structures by more than 6 inches. If the clearance from the underside of the proposed flattop to the manhole invert is less than 4 1/2 feet, the manhole shall be completely replaced. f. Partial Manhole Replacement shall also include replacement of frame, cover, and sealing of frame and frame and grade adjustments. ' g. Remove any debris in any manhole which has had work performed on it. ' 3. Shallow manholes shall be constructed for specific locations in the sanitary sewer system for depths less than four feet where specifically designated on the Project Plans, or as directed by the Engineer. Shallow ' manholes shall be constructed rectangular in shape from 4000 psi concrete formed in place as detailed in the drawings. 4. Testing of Reconstructed Manholes ' Test manholes in accordance with Section D1-7. D. Measurement and Payment 1. Complete manhole replacement shall be paid at the Contract Unit Price per each. Partial manhole replacement shall be paid at the Contract Unit Price per vertical foot of depth measured to the nearest 0.1 foot ' from the top of the frame. Shallow manhole replacement shall be paid at the Contract Unit Price per each. ' 2. The price shall be payment in full for performing and completing the work and for furnishing all labor and materials necessary including excavation and removal of the existing structure, replacement of frame and cover, installing new adjustment rings, and/or flattops, bench/trough for complete manholes, backfilling, surface restoration, and all testing. 3. The Unit Price for complete and partial manhole replacement shall be eligible for 60 percent of the bid I. price after the repair is made, an additional 10 percent is eligible after testing is complete and an additional 30 percent is eligible after restoration is complete. END OF SECTION D2-5 D2-5(3) City of Fayetteville Sewer System Improvements I D2-6 REPLACEMENT OF MANHOLE BENCH AND TROUGH A. General 1. Description This section describes replacement of defective manhole ' bench and trough. Manholes designated for replacement of bench and trough are listed on the Manhole Work Item Repair Form in Section G. B. Materials 1. Materials for Bench and Trough Replacement Portland Cement concrete in accordance with D2-16. C. Execution 1. Procedure for Bench and Trough Replacement The existing deteriorated bench and trough area shall be completely removed. Care must be taken to avoid ' damaging other areas of the manhole structure. Loose and broken concrete shall be routinely removed from the manhole to eliminate the possibility of pieces entering ' the sewer lines. After removal of loose and broken concrete, a new bench and trough shall be formed. Sanitary sewer service shall be maintained during bench and trough replacement. If the manhole does not have an t existing concrete base, minimum bench and trough thickness shall be 4 inches. • ' 2. Finishing a. The bench and trough shall be furnished in such a manner so that a watertight seal exists between the 'manhole walls, pipe, and bench/trough area. b. The trough shall be trowelded so that the wetted surface is smooth. The invert of the trough shall form a continuous conduit with the sewer pipe entering and leaving the manhole provided that the pipe was originally constructed or intended to be constructed in this manner. Care shall be taken to prevent the degradation of freshly poured troughs. c. The bench and trough shall be cleaned of silt, debris or foreign matter of any kind. ' D2-6(1) City of Fayetteville Sewer System Improvements !1 3. Testing of Bench and Trough Replacements Test of bench and trough replacements for watertightness in accordance with Section ❑l-7. 1 D. Measurement and Payment Payment shall be based on the Contract Unit Price per each manhole as indicated in the Manhole Work Item Repair Form in Section G. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment, and testing necessary to complete the work including removal of the existing defective bench and trough, and installation and sealing of the replacement bench and trough. 1 END OF SECTION D2-6 C I I J I H I 1 City of Fayetteville D2-6(2) Sewer System Improvements D2-7 MANHOLE GROUTING A I I 1 1 1 1 General 1. F 3 ri Scope This section governs all work, materials and testing required for the pressure grouting of manhole defects. Manholes or sections of manholes with active leaks will be designated by the Engineer for manhole grouting. Manholes designated for seal between slipliner and pipe are listed on the Manhole Work Item Repair Form in Section G. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of pressure grouting of manhole defects in accordance with the Contract Documents. Manufacturers Recommendations Materials, additives, mixture ratios, and procedures utilized for the grouting process shall be in accordance with manufacturers' recommendations. Manholes Manholes to be grouted are of brick, block, or poured concrete construction. ' B. Materials I I C fl U 1 2 Scope This section governs the materials required for completion of pressure grouting of manhole defects. Grouting Materials a. Urethane Gel Grout 1) Urethane gel grout, such as Scotch -Seal 5610 gel or equal shall be a hydrophilic polymer. The chemical shall be mixed within the range of from 8 to 10 parts of water and shall contain a reinforcing agent supplied by the same manufacturer. The material shall gel and cure D2-7(1) City of Fayetteville Sewer System Improvements I to a tough flexible elastomeric condition. When wet, the gel shall exhibit strength properties of at least 25 psi tensile at 150 percent elongation. The material shall not change in linear dimension more than eight percent when subjected to wet and dry cycles. 2.) The chemical grout shall be applied so as to have the grout material flow freely into the defects. To avoid any wastage of the material flowing through the defects gel control agent may be added. The following properties shall be exhibited by the grout: a) Documented service of satisfactory performance in similar usage. b) Controllable reaction times and shrinkage through the use of chemicals supplied by the same manufacturer. The minimum gel set time shall be established so that adequate grout travel is achieved. c) Resistance to chemicals; resistant to most organic solvents, mild acids and alkali. d) Compressive recovery return to original shape after repeated deformation. e) The chemical shall be essentially non-toxic in a cured form. f) Sealing material shall not be rigid or brittle when subjected to dry atmosphere. The material shall be able to withstand freeze/thaw and moving load conditions. g) Sealing material shall be noncorrosive. 3) A reinforcing agent such as Scotch -Seal Brand 5612 reinforcing agent or equivalent shall be utilized in accordance with manufacturer's recommendations. Any 5612 reinforcing agent which contains lumps must be discarded. Care must be taken to be sure that the pH of the water in the tank is from 5 to 9. As a precaution against the possibility of the pH being outside this range, take a small amount of water from the tank to which Gel Reinforcing Agent 5612 is to be added. Add a few drops of 5612 to this test sample. Scotch -Seal Brand Gel Reinforcing Agent 5612 should disperse readily. If precipitation occurs, drain the tank and retest. Repeat as necessary until dispersion occurs. If dispersion does not occur, do not use the water source. City of Fayetteville D2-7(2) Sewer System Improvements H I I H H I I I I II I I I I I I 4) A filler material such as Celite 292 (diatomaceous earth) from John Mansville or equivalent shall be utilized. The addition of the filler material shall not exceed the quantity specified by the manufacturer, and continuous agitation of the water side of the mixture is required. The filler material may also be utilized as a reinforcing agent in accordance with the urethane gel grout manufacturer's recommendations. 3. Additives Grout additions may be utilized for catalyzing the gel reaction, inhibiting the gel reaction, buffering the solution, lowering the freezing temperature of the solution, acting as a filler, providing strength or for inhibition of root growth. 4. Root Control 5 M 7. A root inhibiting chemical such as dichlobenil shall be added to the chemical grout mixture at a safe level of concentration and shall have the ability to remain active within the grout for a minimum of 12 months. Material Identification Contractor shall completely identify the types of grout, mortar, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. Mixing and Handling Mixing and handling of chemical grout and forming constituents, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that chemicals or gels produced by the chemicals are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the grout material and additives shall perform the grouting operations. Portland Cement As specified in Section D2-16. H D2-7(3) City of Fayetteville Sewer System Improvements I 8. Oakum ' Activated oakum, such as Fibrotite Oakum as manufactured by Avanti International or equivalent shall be utilized for sealing of annular space between slipliner and pipe. 9. Non -Shrink Grout As specified in Section D2-14. C. Execution 1. General Manhole grouting shall not be performed until sealing of manhole frame and grade adjustments or partial manhole replacement is complete. 2. Preliminary Repairs a. Seal all unsealed lifting holes, unsealed step holes, voids larger than approximately one half (1/2) inch in thickness. All cracked or deteriorated material shall be removed frcm the area to be patched and replaced with Octocrete, as manufactured by IPA Systems, Inc. or equal, in accordance with manufacturer's specificaticns. b. Cut and trim all roots within the manhole. 3. Temperature Normal grouting operations including application of interior coating shall be performed at temperatures of 40F or greater. If grouting is performed below temperatures of 40F, then it, must be performed in accordance with manufacturers recommendations. 4. Grouting Materials Usage Grouting of the manhole may include frame seal, frame and grade adjustments, corbel, wall, pipe seals, and/or bench/trough. Areas of the manhole designated to be grouted will be directed by the Engineer. If entire manhole is scheduled for grouting, grouting shall include the entire manhole including corbel, wall, pipe seals and bench/trough. Pipe seal grouting shall include all pipe seals in the specified manhole and grouting of the specified manhole from the bench/trough to the maximum height of 18 inches from the invert. I 1 1 H I I I [1 I I I I I City of Fayetteville D2-7(4) Sewer System Improvements I I ' 5. Drilling and Injection I I I I I I I I 1 I a. Injection holes shall be drilled through the manhole at 120 degree angles from each other at the same plane of elevation. Rows shall be separated no more than three vertical feet, and the holes shall be staggered with the holes in the rows above and below. Provide additional injection holes near observed defects and at pipe seals. A minimum of 6 injection holes shall be provided. b. Grout shall be injected through the holes under pressure with a suitable probe. Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grout shall be injected through the lowest holes first. The procedure shall be repeated until the manhole is externally sealed with grout. c. Grouting from the ground surface shall not be allowed. d. Grout travel shall be verified by observation of grout to defects or adjacent injection holes. Provide additional injection holes, if necessary, to ensure grout travel. e. Injection holes shall be cleaned with a drill and patched with a waterproof quick setting mortar. 6. Seal Between Shipliner and Pipe All cracked or deteriorated material shall be removed from the area to be sealed. Thoroughly plug the annular space between the slipliner and the pipe with oakum which has been impregnated with urethane gel grout. Finish grout smooth and flush with the interior manhole wall surface and make watertight with non -shrink grout. 7. Testing of Rehabilitated Manholes ' Testing of rehabilitated manholes for watertightness shall be performed by the Contractor in the presence of the Engineer in accordance with the requirement of Section D1-7. 1 I I H ' D2-7(5) City of Fayetteville Sewer System Improvements I D. Measurement and Payment If the entire manhole is grouted, the Contract Unit Price shall be a per vertical foot basis based on the depth (ft.) of the manhole as indicated on the Manhole Work Item Repair Form in Section G. Payment for grouting pipe seals and lower 18 inches of 1 manhole shall be based on the Contract Unit Price per each manhole specified by the Engineer. Payment for the seal between slipliner and pipe shall be based on the Contract Unit Price per each seal constructed as indicated on the Manhole Work Item Repair Form in Section G. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment, preliminary repairs and testing necessary to complete the work including grouting with urethane grout. Unit Price for grouting shall be eligible for 90 percent payment after the repair is made, an additional 10 percent is eligible after testing is complete. END OF SECTION D2-7 ' C I Il I I L_ City of Fayetteville D2-7(6) Sewer System Improvements D2-8 INTERIOR MANHOLE COATING General 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Work Item Repair Form listed in Section G. 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations. 4. Manholes Manholes to be coated are of brick, block, or poured concrete construction. Materials 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Strong Seal MS -2A proprietary pre -blended mixture of portland cement, chemically -active aggregates, glass fibers and other additives specifically selected for special properties as manufactured by Stronglite Products Corporation and designated STRONG -SEAL MS -2A. No material (other than clean potable water) shall be used with or added to STRONG -SEAL MS -2A without prior approval or recommendation from Stronglite Products Corporation. D2-8(1) City of Fayetteville Sewer System Improvements 3. Material Identificaticn ' Contractor shall completely identify the types of grout, mortar, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 4. Mixing and Handling Mixing and handling of interior coating, which may be 1 toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the , coating material shall perform the coating operations. C. Execution 1. General ' Manhole coating shall not be performed until sealing of manhole frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. 2. Preliminary Repairs a. All foreign materials shall be removed from the manhole interior using high pressure water spray (minimum 1500 psi). Loose and protruding brick, mortar and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them flush with the wall of the manhole. b. All unsealed voids larger in thickness at least one the first col lifting holes, unsealed step holes, ' than approximately one half (1/2) inch shall be filled with STRONG -SEAL MS -2A hour (1) prior to spray application of it . c. Active leaks shall be stopped using products specifically for that purpose and according to manufacturers' recommendation. Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with Section D2-7. City of Fayetteville D2-8(2) Sewer System Improvements I I d. After all repairs have been completed, remove all loose material. 3. Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90°F, precautions shall be taken to keep mixing water below 85°F, using ice if necessary. 4. Interior Manholes Coating ' a. Manholes scheduled for interior coating are shown on the manhole Work Item Repair Form listed in Section G. The interior coating shall be applied to ' the manhole from the bottom of the manhole frame to the bench/trough, including the bench/trough. ' b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. ' (1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 1500 psi.) (2) Place covers over invert to prevent extraneous 1 material from entering the sewer. (3) The surface prior to application shall be damp ' without noticeable free water droplets or running water. Materials shall be spray applied (using a Strong -Seal Spraymate Model 35 machine) to a minimum uniform thickness to insure that ' all voids and crevices are filled and a smooth surface remains after troweling. The troweling shall compact the material into such voids and 1 crevices and to set the bond to the manhole surface. After the first application has taken an initial set, but not later than 24 hours, a second coat shall be spray applied to assure a minimum total finished thickness of 1/2" and trowelled to a smooth finish. After the second application to the walls, the wooden bench covers shall be removed and the bench sprayed in such a manner ' as to produce a bench having a gradual slope from the walls to the invert with the wall/bench intersection built up and rounded to a uniform ' radius for the full circumference of the intersection. The thickness of the bench shall be no less than 1/2 inch at the invert and shall ' D2-8(3) City of Fayetteville Sewer System Improvements I increase in the direction of the wall so as to provide the required slope. (4) The final application shall have a minimum of four (4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. (5) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete. 1 (6) Caution should be taken to minimize exposure of applied product to sunlight and air movement. If application of second coat is to be longer than ]5 minutes after completion of 1st coat, the manhole cover shall be set back in place. At no time should the finished product be exposed to sunlight or air movement for longer than 15 minutes before replacing the manhole cover. In extremely hot and arid climates manhole should be shaded while reconstruction is in process. (7) No application shall be made to frozen surfaces or if freezing is expected to occur inside the manhole within 24 hours after application. If ambient temperatures are in excess of 95 degrees F, precautions shall be taken to keep the mix temperature at time of application below 90 degrees F. Mix water temperature shall not exceed 85 degrees F. Chill with ice if necessary. 5. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section D1-7. b. At least two 3 inch diameter X 6 inch tall cylinders shall be taken from each days work with the date, location and job recorded on each. The cylinders shall be sent to StrongLite Products Corp., Pine Bluff, Arkansas for testing. A compression test will be made per ASTM C495, and the results will be furnished to the Owner on request. I I City of Fayetteville D2-8(4) Sewer System Improvements D. Measurement and Payment Payment shall be based on the Contract Unit Price per vertical foot of manhole coated as indicated in the Manhole Work Item form in Section G. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and all testing necessary to complete the work. END OF SECTION D2-8 D2-8(5) City of Fayetteville Sewer System Improvements I I ' A. General D2-9 EXCAVATION ' 1. Pipeline excavation work shall be accomplished under the supervision of a person experienced with the materials and procedures which will provide protection to existing improvements, including utilities and the proposed pipeline. 2. The alignment, depth, and pipe subgrades of all sewer trenches may be determined by overhead grade lines parallel to the sewer invert, or by the use of a laser. I I I I I I I I I I I I 3. Do not open more trench in advance of pipe laying than is necessary. One hundred (100) feet will be the maximum length of open trench allowed on any line under construction. Adequately protect open trenches. 4. In the event hazardous wastes as defined by the Resource Conservation and Recovery Act of 1976 (PL94-580) are encountered work shall be halted and the Owner shall be notified. Work shall be resumed only after the Owner notifies the Contractor. 5. If the specified maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights -of -way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 6. Definitions a. Rock Excavation Rock excavation is the removal of rock ledges six (6) inches or more in thickness, and detached rock or boulders having a volume of more than 1-1/2 cubic yards and shale occurring in its natural state, hard and unweathered and which cannot be removed by normal hand digging or with a backhoe, in the opinion of the Engineer. D2-9(1) City of Fayetteville Sewer System Improvements I A rock ledge is a continuous body of rock; which nay include interbedded seams of soft materials. Such interbedded soft material less than 12 inches in thickness wi]l be included in the measurement of rock excavation. Such seams 12 inches or greater in thickness will be considered as earth excavations, b. Earth Excavation Earth excavation is the removal of all material not defined as rock. Included in earth excavation is removal of existing paved surfaces including but not limited to concrete curb and gutter, PCC pavement, and bituminous paverr,ent. c. Exploratory Excavation Excavation to determine exact location and elevation of underground utilities as directed by Engineer. B. Materials Not specified. C. Execution 1. Open Cut Method (Trenching) a. General Open cut (trench) pipeline excavations except as otherwise specified or approved by the Engineer. Minimize inconvenience and disturbance to the general public. Sort and stockpile the excavated material so the proper material is available for backfill. b. Trench Depths Excavate trenches to depths required for proper pipe embedment. Overdepth excavation may be required when the subgrade is unstable. Backfill overdepth excavations with granular pipe embedment material, unless otherwise directed by the Engineer. c. Trench Walls Undercutting of trench walls is not permitted. 1 City of Fayetteville D2-9(2) Sewer System Improvements I d. Trench Widths I I I I 1) The bottom width of the trench at and below the top of the pipe and inside the sheeting and bracing, if used, shall not exceed the trench widths indicated on the Drawings. 2) If the allowable maximum widths are exceeded at manholes, bore pits, tees, and in unstable earth material, provide bedding adequate to develop the required lateral support for the pipe and/or provide a sufficient strength class of pipe to accommodate the loading conditions as approved by the Engineer. Ie. Trench Safety I I I I I I I I I I [] Trench safety shall be in accordance with Section D1-10. f. De -Watering 1) Should groundwater be encountered, Contractor shall be responsible for utilizing a dewatering system(s) to remove water from the excavations. Contractor shall install and operate dewatering system(s) to achieve the following: a) Keep excavations free from water. b) Maintain groundwater a minimum of 24 inches below excavations. c) Prevent displacement of surrounding soils. 2) Form dams, flumes or other works keep the trenches clear of water and their foundations, and other works, are being constructed. R such excavation in a manner that property. necessary to while the sewers foundation amove water from does not damage 3) Repair pit excavations shall be kept free of water and sewage during sewer pipe replacements through final inspection. Plug lines upstream and if necessary provide bypass pumps of sufficient capacity to reroute water and sewage to a downstream manhole until pipe replacements have been completed and bedding material has been effectively placed and compacted. No bypassed wastewater from the sanitary sewer shall be allowed to discharge to natural or manmade surface drainage. Where plugging only is used for flow control, the Contractor shall monitor upstream manholes and prevent excessive surcharge conditions. D2-9(3) City of Fayetteville Sewer System Improvements I g. Unsuitable Soil When unsuitable soil conditions are encountered under sewers below the depth of standard bedding, replace the unsuitable material with granular material of gradation approved by the Engineer. h. Blasting Areas (1) Blasting of any kind for rock excavation or any other purpose will not be allowed unless approved by the Engineer. (2) When blasting is permitted by the Engineer the Contractor shall use the utmost care to protect life and property. The Contractor shall comply with all laws, ordinances, and the applicable safety code requirements and regulations relative to the handling, storage and use of explosives and protection of life and property, and he shall be responsible for all damage thereto caused by his or his subcontractor's operations. (3) Contractor shall provide insurance as required by the Owner before performing any blasting. The governing agency shall be notified at least 24 hours before blasting operations begin. I I I D I I I I 2. Tunneling, Boring and Jacking (Augering) I a. General Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. All tunnel excavation shall provide an excavation conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications. I Il L I b. Casing Pipe ' Casing pipe shall be steel pipe conforming to ASTM A 139 with a minimum diameter as shown on the Drawings. Corrugated steel casing pipe will be considered on a case by case basis. 1) Minimum wall thickness shall be in accordance with the following table: City of Fayetteville D2-9(4) Sewer System Improvements I I [1 Nominal Wall Thickness - Inches Diameter of Casinq - Inches Under Railroads All Other Uses 16 0.282 0.188 17 0.312 0.250 20 0.344 0.250 22 0.375 0.250 24 0.406 0.281 26 0.438 0.281 28 0.469 0.312 30 0.469 0.312 32 0.500 0.312 34 0.531 0.312 36 0.563 0.344 42 0.563 0.375 48 0.563 0.375 60 0.563 0.375 2) Steel shall have a minimum yield strength of 35,000 psi. 3) Steel pipe shall have welded joints in accordance with AWWA C 206. c. Cement -Sand Fill Annular space between lining and sewer pipe shall be filled with stabilized cement -sand mixture from end seal to end seal. The fill shall be placed inside casing, tested and approved, in a manner that will not disturb the alignment and/or grade of sewer pipe. Cement -sand mixture used in casing conduits shall be a mixture of one (1) part Portland Cement to five (5) parts clean sand, thoroughly mixed prior to being blown into the opening. d. End Seals Construct end seals after sewer pipe has been installed and approved. Brick shall be in accordance with ASTM C 32, Grade SS or SM and mortar in accordance with ASTM C 270. D2-9(5) City of Fayetteville Sewer System Improvements I e. Wood Skids 1 Wood skids shall be provided as indicated on the Plans. The wood shall be pressure treated with creosote, pentachlorophenol, or salt type preservative in accordance with APWA C 2. cut surfaces shall be given two (2) heavy brush coats of the same preservative. f. Carrier Pipe Carrier pipe shall be Class 50 ductile iron pipe with ' mechanical joints as specified in Section D2-13. g. Initial Testing ' Air pressure, and/or exfiltration test shall be successfully performed on the carrier conduit prior to filling the void between casing and carrier conduits with grout or other material, or the sealing of the ends of the casing conduits. 3. Excavation Techniques Near Tree a. When working close to trees which are not to be removed and replaced, open cut excavation shall not occur within the tree drip line. Install fence to ensure construction activities will not occur in this area. b. Pipelines which are required to be installed within this prescribed zone shall be installed using a "short tunnel" method. Pipe grades shall be maintained as indicated on the Drawings. C. Short Tunneling shall consist of power augering or I hand excavation. The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. D. Measurement and Payment 1 Only items listed below will be measured for payment. All other costs shall be included in the unit or lump sum prices for the item affected thereby. 1. If Contractor chooses to tunnel or bore in place of open cut, then no additional payment will be allowed for the tunnel or bore unless specifically called for in the drawings or noted otherwise in the specifications. 2. Exploratory excavations shall be paid at the Contract unit price per exploratory excavation and shall include backfilling, compaction, and surface restoration. ' City of Fayetteville D2-9(6) Sewer System Improvements CII I I I I ii I I I I I r. I I I I Rock excavation shall be measured and paid for at the contract unit price per cubic yard in place. The trench width for payment purposes shall be the actual trench width or the maximum allowable trench width, whichever is smaller. The maximum depth for payment purposes shall be one quarter (1/4) of the outside pipe diameter below the bottom of the pipe or six inches whichever is greater. Payment shall be made only if standard excavation techniques cannot remove the rock. Pipe bedding required in rock excavation areas in excess of the normally specified bedding is not an eligible pay item. Unsuitable soil removal and replacement shall be paid for at the contract unit price per cubic yard to include for all excavation, removal of the unsuitable soil, and replacement with approved trench foundation material. Quantities shall be based on the maximum allowable trench width. 5. Sewers in casing pipe, where the casing pipe is augured in place, shall be measured along the centerline of the casing. Payment shall be at the Contract Unit Price per foot of sewer include excavation, except rock excavation, and backfill on the auguring and receiving pits, trench backfill, compaction, carrier and casing pipe, restoration, and all labor and material. END OF SECTION D2-9 D2-9(7) City of Fayetteville Sewer System Improvements D2-10 BACKFILL General 1. This section governs all labor, equipment, materials and testing required to properly backfill trenches and excavations around manholes and structures. 2. No granular embedment or other backfill material shall be used by the Contractor without approval by the Engineer. Materials 1. Trench Foundations Materials: 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. Trench foundation material shall only be used where unsuitable soil conditions are encountered under sewers before the depth of standard embedment as defined in Section D2-9. 2. Embedment: a. Embedment material shall be 1-1/2 inch minus crushed gravel or crushed rock, free from dirt, clay balls, and organic material, well graded from coarse to fine, containing sufficient finer material for proper compaction, and less than 8 percent by weight passing the No. 200 sieve. Arkansas Highway and Transportation Department classification "Class -7 Base" shall qualify as embedment material. b. Grit Imported crushed limestone screenings from concrete coarse aggregate, maximum size 1/2 -inch. Trench Backfill: Trench backfill will be divided into the general classification as follows: a. Street Backfill: Street backfill material above the pipe embedment material shall be crushed stone so proportioned as to meet the requirements for a Class 7 aggregate as specified in Table 303-1 of the Arkansas State Highway and Transportation Department Standard Specifications for Highway Construction. D2-10(1) City of Fayetteville Sewer System Improvements n b. Trench Backfill: Backfill for trenches in unpaved areas shall meet the following requirements: (1) Excavated material free from roots, organic matter, trash, debris, rocks larger than 12 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. C D. Description 1. The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment and testing for the completion of backfill operations in accordance with the Contract Documents. a. Unless otherwise specified, all sewer trenches and ' excavation around structures shall be backfilled to the original surface of the ground. b. The Contractor shall be responsible for all damage ' or damages which might occur as a result of the settlement of trench or other backfill made by him in the fulfillment of these Contract Documents, within and during a period of two (2) years from and after the date of final acceptance thereof by the Owner, including the cost to the owner of all claims of damages filed with and court actions brought against the said Owner for and because of such damage, and the repair to the satisfaction of the Owner of any and each pavement, driveway, curb, slab, walk, or structure damages by such backfill settlement. 2. "Pavement Areas" shall be defined as all streets, paved alleys, parking areas, driveways, curbs and gutters, and sidewalks. I Execution 1. General a. Remove trash and debris from the excavation prior to backfilling. b. Backfilling trenches and excavations to the original ground surface unless otherwise indicated on the Drawings. I [I I City of Fayetteville D2-10(2) , Sewer System Improvements I IC. Carefully place backfill materials to avoid damage to or displacement of the pipeline and other exposed utilities or structure. ' d. Do not backfill with frozen material or when a blanket of snow prevents proper compaction. Backfill shall not contain waste material, trees, ' organic material, rubbish or other deleterious substances. • e. The backfill material shall be placed in lifts. Each lift shall be compacted to the required density prior to the next lift being placed. ' f. In gardens or flower gardens, the original topsoil shall be replaced to original elevation, location, and depth. Minimum depth shall be twelve (12) inches. I 2. Backfilling in Street Right -of -Way and Pavement Areas a. Backfill trenches under and within 2 feet of all existing and proposed pavement, driveway pavement, ' sidewalk, and curb and gutter using granular trench backfill. ' b. Granular trench backfill shall consist of the following: Class 7 crushed limestone conforming to the reference standard. c. Compaction Method Granular trench backfill shall be mechanically compacted in layers of twelve inches loose measure. ' Each layer shall be firmly compacted to 95 percent of maximum density as determined by ASTM D 1557 (Modified Proctor Test). Material may be compacted ' by tamping or by using surface vibrators in such a manner as not to disturb or injure the pipe. At least 48 inches of cover over sewer pipe shall be provided before using mobile trench compactors of the hydrohammer or impactor type. d. Undermining of Paved Surfaces ' Where undermining of paved surfaces has occurred, Contractor shall remove the paved surface above the undermined area prior to placing backfill. I D2-10(3) City of Fayetteville Sewer System Improvements I Backfilling in Areas Other Than Street Right -of -Way and Pavement Areas a. Rackfill trenches using acceptable job excavated materials or as directed by the Engineer. b. Backfill in layers of eighteen inches maximum and mechanically compact to 90 percent of maximum density as defined by ASTM D 1557 (Modified Proctor test). c. Place a minimum of 18 inches of granular backfill above the top of pipe in areas where the existing surface elevation is less than 24 inches above the proposed top of pipe. The granular backfill shall extend on foot from each side of the pipe and shall be placed at a ]:1 slope to bedding material or the existing ground surface. Testing ' All density tests shall be performed by per A.S.T.M. standards by an independent testing laboratory whose qualifications have been reviewed by the Engineer. a. Tests shall be performed at two (2) feet vertical intervals beginning at a level two (2) feet above the top of all installed pipes and continuing to the top of the completed backfill, at intervals along the trench not to exceed 300 linear feet, to assure a minimum density of 95 percent Proctor. Test reports shall be furnished to the Engineer upon completion of testing, as part of the qualification for acceptance of the installed pipe. The Engineer expects to perform unannounced spot checks of the compaction tests for verification and control purposes. These spot checks will be performed by Engineer at Owner expense and will not be charged to the Contractor. However, the Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the Engineer. Any compaction tests performed by the Engineer as described above will be performed by the Engineer personnel at the Owner's expense and will not be charged to the Contractor. b. The cost of providing access to the level of trench backfill to be tested will be a cost to the Contractor, and no extra compensation will be allowed for exposing of the backfill layer to be tested by the Owner. City of Fayetteville D2-10(4) Sewer System Improvements c. Test results not conforming to specified densities shall be paid for by the Contractor at no additional cost to the Owner. 5. Responsibility of Contractor for Backfill Settlement Wherever trenches or other excavations made by the contractor in the performance of work under these Contract Documents have not been properly filled, or where settlement has occurred at any time prior to the completion of the entire work covered by these Contract Documents, to the extent that the top of the backfill is below the original ground surface, such trenches shall be refilled and backfill surface compacted and smoothed to conform to the elevation of the adjacent ground surface. All sod in lawns damaged by reasons of such settlement, and the repair thereof, shall be replaced. Measurement and Payment 1. 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. 2. Payment for trench foundation material will be based on the Contract unit price per cubic yard based on the quantity per linear foot for the respective size of conduit shown on the maximum trench width chart indicated on the drawings. Additional material necessary because the trench is wider than the maximum width indicated, shall be at the contractors expense and not measured. No measurement and payment shall be made for existing material which is reused. Payment for this item shall constitute full compensation for all materials, labor, equipment, and incidentals necessary to furnish material at trench side and for placing and compacting it in the trench and for the extra depth of trench excavation required below the pipe base grade to provide for a stable base for the pipe. This item is to provide for unstable base encountered in the progress of the work and shall be used only at the direction of the Engineer. 3. Payment for street backfill used for road crossings, driveways and other authorized areas will be based on the Contract unit price per cubic yard. The trench width for payment purposes shall be based on the actual trench width or the maximum allowable trench width, whichever is smaller. Additional material necessary because the trench is wider than the maximum width indicated, shall be at the contractors expense and not measured. No measurement and payment shall be made for existing material which is reused. This pay item does not include payment for pipe embedment material. The D2-10(5) City of Fayetteville Sewer System Improvements LI cost of pipe embedment material shall be included in the bid price for gravity sewer lines. 4. No separate payment will be made for protecting, repairing and/or replacing existing culverts. 5. All costs involved in performing the trench compaction tests made by independent laboratories shall be included in the price bid for Trench Compaction Tests. 6. Imported backfill for unpaved areas shall be paid for at the contract unit price per cubic yard to include for all excavation, and replacement with approved granular backfill. Quantities shall be based on the actual width or maximum allowable trench width, whichever is smaller. END OF SECTION ❑2-10 I I I I 1 I I I 1 I I I I [1 I I l' City of Fayetteville D2-10(6) Sewer System Improvements II I ' D2-11 SANITARY SEWER REPAIRS A. General ' 1. Scope This section governs all work, materials and testing ' required for point repairs of defective sanitary sewer lines. Sanitary sewer lines requiring repairs are designated on the Drawings. Any additional pipe ' sections or service connections which are observed by the Contractor to be defective shall also be replaced as directed by the Engineer. ' 2. Description The Contractor shall be responsible for the furnishing of all labor, materials, supervision, equipment and final testing required for the completion of sanitary sewer line point repairs in accordance with the Contract ' Documents. The locations of the designated repairs are shown on the Drawings. a. Pipe point repairs to eliminate direct or indirect ' connections between the storm system and sanitary sewers are intended to eliminate inflow sources. The specified work is intended to eliminate the flow of stormwater from the storm sewer system to the sanitary sewer while minimizing work on the storm sewer system. The Contractor shall limit work on the storm sewer system to the sanitary sewer repair 'area where storm sewers cross the sanitary sewer. b. Other pipe point repairs are intended to eliminate ' defects allowing groundwater infiltration into the sanitary sewer system. I I I L; [l I c. Work associated with sanitary sewer line point repairs shall include replacement of defective building service lateral connections and building service lateral pipes as shown on the Drawings. 3. Drawings Rehabilitation notes are given on the Drawings specifying individual sewer line point repairs at specific locations. Details are also shown on the Drawing which are applicable to individual repairs. D2-11(1) City of Fayetteville Sewer System Improvements R. Materials 1. Pipe and Fittings a. Pipe and fittings shall be as specified in Section D2-13. 2. Sewer Pipe Material Utilization , a. Ductile iron Pipe shall be utilized to meet minimum vertical and horizontal separation with potable water mains. b. PVC pipe nay be utilized for sanitary sewer installations 15 inches in diameter and smaller. c. Reinforced concrete pipe shall be utilized for storm sewers. 3. Rubber Couplings and Stainless Steel Clamps Rubber couplings for replacement pipe connection to ' existing pipe shall be as manufactured by Mission Rubber Co., Fern Co., or equal. Rubber couplings shall be fastened using two type C-305 stainless steel adjustable ' clamps to provide a leakproof seal. 4. Pipe Embedment Pipe embedment shall be as specified in Section ❑2-10 and D-13. 5. Specifically designed adaptor couplings shall be used for the connection if dissimilar pipe material must be connected. ' 6. Storm Sewers Inlets, Catch Basins, Manholes Storm Sewers Inlets, catch basins or manholes removed ' shall be replaced with precast units with dimensions to match existing structures. Frames and grates shall be reused. ' C. Execution 1. Videotapes of Surface Conditions The existing surface area of each work location shall be videotaped, in accordance with Section D1-3, prior to any excavation. City of Fayetteville D2-11(2) Sewer System Improvements I ' 2. Site Preparation Site preparation shall be as specified in Section D2-1, "Site Preparation". 3. Excavation of Repair Pits ' Excavation of repair pits shall be as specified in Section D2-9. ' 4. Procedures for Repair a. Replacement pipe shall be placed in the same line and grade of the existing pipe sections. The condition of the pipe sections upstream and downstream of the specified repair location shall be inspected and, if defective, the Engineer will ' determine if additional repairs are necessary. If additional pipe repairs of five feet or less are required, no additional compensation shall be made. ' b. When specified repairs cannot be made because of physical limitations at the site, the Engineer shall be promptly notified. Alternate repair techniques shall be evaluated in cases where conventional repairs are not practical. Change orders may be required for alternate repairs. Sewer line repair ' pits shall remain uncovered until an inspection by the Engineer has been made. ' c. Excavate repair pit and uncover the main line sewer a minimum of one foot clearance all around at the damaged section or as directed by the Engineer, and remove damaged pipe by powersaw cutting to a flat ' vertical surface. If pipe with bell end is removed, spigot end shall be saw cut and removed a minimum length of the pipe bell. New sanitary sewer pipe to be used in the replacement shall be powersaw cut to a flat vertical surface. Id. Defective pipe sections and service connections shall be removed by cutting the pipe past the bell end, if necessary, to allow for the use of rubber ' coupling. Replacement pipe lengths shall be cut to within one-fourth inch of the required replacement pipe length and attached to the existing pipe with appropriate sized rubber couplings. Defective service connections shall be replaced with appropriate sized tee, and rubber couplings. All couplings shall be secured with stainless steel ' bands. Pipe bedding under the replacement pipe section shall be a minimum thickness equal to 1/4 the outside diameter of the sewer pipe but not less ' than six inches. D2-11(3) City of Fayetteville Sewer System Improvements L e. Defective service connections in sewer lines sliplined with polyethylene pipe shall be repaired with a saddle. The Contractor shall remove the appropriate amount of carrier pipe to allow the saddle to be directly connected to the outside wall of the liner pipe. After installation of the saddle, the Contractor shall conpletely encase the saddle and the exposed liner in concrete. Care shall be used not to damage the liner during the repair. If damage occurs to the liner as a result of the Contractor's operations, the Contractor shall assume all costs associated with the repair of the liner. f. The Contractor shall verify by testing all service connections in the repair area to determine if they are active or inactive. Only active services shall be reconnected to the sanitary sewer system. Inactive services shall be plugged with hydraulic cement. The Contractor shall be responsible for any liability associated with the accidental plugging of active services. g. Where a replacement of service laterals under storm sewers is specified, a minimum vertical separation of 18 inches shall be maintained. Where the minimum separation cannot be maintained because of grade restrictions, the service lateral shall be replaced with ductile iron pipe a distance of at least 5 linear feet on each side of the storm sewer. h. Replacement of sanitary service connections shall include the filling of any voids which may be found to exist around the lateral. The void space shall be filled with hydraulic cement or other approved material for a minimum distance of three feet. i. Where the existing service lateral pipe is found to be in such a deteriorated condition that the specified reconnection cannot be made, the Engineer and Owner shall both be notified. j. When more than one pipe section is to be replaced consecutively, the conventional bell and spigot joint with a compression joint will be utilized on the interior pipe sections. The entire replacement length will then be joined to the existing line by means of rubber couplings. City of Fayetteville D2-11(4) Sewer System Improvements C I I Li I I I I L I I I I II I I P7 U Ii I I I I 11 I I I I I 5. 6. 7. k. Seal joints within the repair open or in poor condition but is still good. Roots in open removed before sealing. This not exist. All determinations shall be made by the Engineer. pit that appear to be the barrel of the pipe joints shall be situation may or may for sealing joints Joints that are open or in poor condition shall be cleaned and packed with a butyl rubber sealant and encased in quick setting, non -shrink concrete followed by encasement with concrete. The encasement shall be centered on the joint, have a minimum thickness of six inches, and have a minimum length equal to the pipe diameter and not less than twelve inches. Methods for sealing open joints other than that described above shall be submitted to the Engineer for approval. Polyethylene Wrapping Polyethylene material for pipe encasement shall meet the requirements of ANSI/AWWA C -105/A21.5-82, or latest revision thereof. Clay or Concrete Dam Bentonite clay dams or concrete dams shall be constructed at each connection location of replacement pipe with the existing pipe as shown on the plans or directed by the Engineer. Clay dams are to be constructed to control the migration of groundwater along and into the sanitary sewer beyond the limits of the repair. Hand excavate a minimum of six inches around the outside of the existing sanitary sewer or sanitary service lateral and a minimum of six inches into the trench wall along the existing pipe at each end of the repair trench. The hand excavated void around the existing pipe shall be filled with bentonite clay pellets and a form used to hold the clay pellets in place. The form may be left in place after backfilling and restoration. Backfill and Surface Restoration a. Backfilling shall be as specified in Section D2-10. b. Surface restoration shall be as specified in Section D2-16. I D2-11(5) City of Fayetteville Sewer System Improvements I c. Contractor shall verify with the respective property owners the particulars of all easement conditions (c.f. Section H) prior to any site preparation, work, or restoration. 8. Testing Repaired Sewer Lines Testing of sewer lines for watertightness and structural integrity following point repairs, and house service connection renewals shall be as specified in Section D1 -S. D. Measurement and Payment 1. This work shall be paid at the Contract price for each individual job number. The price shall be payment in full for performing the work as specified herein. Costs for all materials and labor, existing pipe removed and disposed, pipe bedding and backfill material, including service connection reinstatement, temporary surface restoration, final surface restoration, and internal television inspection before and after repair shall be included in the Contract price for each individual job ' number. 2. Clay or concrete dams shall be paid for at the Contract unit price. ' 3. The lump sum bid price shall be eligible for 60 percent of the bid price after the repair is made, an additional 30 percent is eligible after testing is completed, and an additional 30 percent is eligible after surface restoration is completed. If additional pipe required deviates by five feet or less from those lengths listed , on the Plan Sheets, no additional compensation shall be made. Additional compensation may be approved by the Engineer for installation of pipe lengths in excess of five additional feet under pay item 2A1. END OF SECTION D2-11 I [l I City of Fayetteville D2-11(6) Sewer System Improvements I A. D-2-12 CURED -IN -PLACE PIPE (CIPP) General Description The Contractor shall utilize the installation of flexible sewer pipe (CIPP) in accordance with ASTM F1216 to restore the watertight condition of sanitary sewer lines which would otherwise require various point repairs and/or removal of cross connections. Due to existing alignment conditions in the sewers to be lined, only products meeting ASTM F1216 (Installation by Inversion Method) will be accepted. Materials 1. Cured -in -Place Material (CIPP) The flexible tube material shall be a polyester fiber felt tubing lined on one side with polyurethane and fully impregnated with a liquid, thermosetting resin as specified. The polyester felt tubing, including the polyurethane coated felt and the thermosetting resin shall meet manufacturer's standards. The cured pipe shall be a hard impermeable pipe which shall conform to the minimum structural standards applicable including ASTM D-638 for 3,000 psi tensile stress, ASTM D-790 for 4,500 psi for flexural stress, and ASTM D-790 for 400,000 psi for modules of elasticity. The finished liner shall incorporate thermosetting materials which will withstand the corrosive effects of normal sewage. The Contractor shall provide a written guarantee of his compliance with these standards. The tube material shall meet the requirements of ASTM F1216, Section 5.1. The resin system shall meet the requirement of ASTM F1216. The chemical resistance requirements shall conform to ASTM F1216, Appendix 2. 2. Sizing of the CIPP The CIPP diameter, length and wall thickness shall be appropriate for each designated location. The Contractor shall verify the actual sewer lengths and diameters in the field prior to cutting the tube to length and sizing the diameter. D2-12 (1) City of Fayetteville Sewer System Improvements I a. The tube shall be fabricated to a size that when installed will neatly fit the internal circumference of the sewer designated for CIPP. Allowance for circumferential stretching during insertion shall be made as per manufacturer's standards. b. The length cf the CIPP shall be that deemed necessary by the Contractor to effectively carry out the insertion and seal at the inlet and outlet points. When cured, the CIPP should extend from end to end of the sewer segment being lined in a continuous tight fitting watertight pipe -within -a - pipe. c. The CIPP shall be 3.5 mm thickness for pipe 6 inches in diameter, 4.5 mm thickness for pipe a inches in diameter and 6 mm thickness for pipe 10 inches in diameter, unless otherwise specified on the Drawings. Execution 1. General CIPP installation shall be accomplished by inverting the resin impregnated tube into the existing sanitary sewer pipeline utilizing an inversion standpipe and hydrostatic head. Curing of the CIPP shall be accomplished by circulating hot water/steam to cure the thermosetting resin into a hard impermeable pipe. 2. Preliminary Cleaning and Inspection a. Prior to CIPP installation of designated sanitary sewer line segments the Contractor shall remove internal deposits as necessary to assure proper liner installation. b. Inspection of pipelines shall be performed by experienced personnel trained in locating breaks, obstacles, and service connections by closed circuit television. The interior of the pipeline shall be carefully inspected to determine the location and extent of any structural failures, which may prevent proper installation of lining materials into the pipelines and location of service laterals. City of Fayetteville D2-12 (2) Sewer System Improvements I I 1 I L I I I II I 1 [] C I] I IC. It shall be the responsibility of the Contractor to clear the line of obstructions such as solids, roots, dropped joints, protruding branch connections or broken pipe that will prevent the insertion of the liner. If inspection reveals an obstruction not indicated in these specifications, that cannot be removed by conventional cleaning ' equipment, then the Contractor shall notify the Engineer. The Engineer may authorize an excavation in order to remove such obstruction. ' 3. Documentation ' Video tapes and a suitable log shall be provided by the Contractor which shall document, to the satisfaction of the Engineer, the condition of the sewer line segment both immediately before and after lining has been ' installed. The video tapes (VHS) and log shall become the property of the Owner. The Contractor shall review the existing condition of the line and justify to the ' satisfaction of the Engineer any and all point repairs prior to any construction. ' 4. Flow Bypassing The Contractor, when required, shall provide for the transfer of flow around the section or sections of pipe that are to be lined. The bypass shall be made by diversion of the flow at an existing upstream access point and pumping the flow into a downstream access ' point or adjacent system. The pump and bypass lines shall be of adequate capacity and size to handle the flow. The proposed bypassing system shall be approved ' in advance by the Owner. 5. Notification of the Public ' The Contractor shall notify all property owners affected by the CIPP installation work at least 48 hours prior to commencement of the work which will temporarily plug the sanitary services of the property owners connected to the sewer line segment being lined. 6. CIPP Installation a. The Contractor shall designate a location where the uncured resin in the original containers and the ' unimpregnated liner will be vacuum impregnated prior to installation. The Contractor shall allow the Owner to inspect the material and 'wet out' procedure. A resin and catalyst compatible with ' D2-12 (3) City of Fayetteville Sewer System Improvements I the requirement of this method shall be used. The quantities of the liquid thermosetting materials shall be in accordance with the manufacturer's standards to provide the lining thickness specified. b. The wet out tube shall be inserted through an existing manhole or other approved access by means of an inversion process and the application of a hydrostatic head sufficient to fully extend the lining to the next designated access point. The impregnated tube shall be inserted into the inversion standpipe with the impermeable plastic membrane side out. At the lower end of the inversion standpipe, the tube shall be turned inside out and attached to the inversion standpipe so that a leak proof seal is created. The inversion head will be adjusted to be of sufficient height to invert the liner to the next access point designated and to hold the liner snug to pipe wall and to produce dimples at side connections and flared ends at the entrance and exit access points. The use of a lubricant is recommended and if used such lubricant shall be approved by manufacturer's standards. The manufacturer's standards shall be closely followed during the elevated temperature process curing so as not to over stress the felt fiber and cause damage or failure of the liner prior to cure. In certain cases, the Contractor may elect to use a Top Inversion. In this method the tube is pre -inverted to a distance that corresponds to the minimum inversion head and instead of attaching to an elbow at the base of the inversion tube, the liner is attached to a top ring. c. After inversion is completed the Contractor shall supply a suitable heat source and water recirculation equipment. The equipment shall be capable of delivering hot water to the far end of the liner through a hose, which has been perforated per manufacturer's recommendations, to uniformly raise the water temperature in the entire liner above the temperature required to effect a cure of the resin. This temperature shall be determined by the resin/catalyst system employed. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing heat exchanger circulating water. Thermocouples shall be placed between the tube and the invert at near and far access to determine the temperature of the tube and time of exotherm. Water temperature in the line during the cure period shall not be City of Fayetteville D2-12 (4) Sewer System Improvements L I L 1 I I I I I I r I I I I r I H I H j L H I [I I I I I I 7 less than 150°F as measured at the heat exchanger return line. Initial cure shall be deemed to be completed when inspection of the exposed portions of the liner appear to be hard and sound and the thermocouples indicate that an exotherm has occurred. The cure period shall be of a duration recommended by the resin manufacturer, as modified for the Insituform process, during which time the recirculation of the water and cycling of the heat exchanger to maintain the temperature in the tube shall be continuous. d. The Contractor shall cool the hardened CIPP to a temperature below 100°F before relieving the static head in the inversion standpipe. Cool -down may be accomplished by the introduction of cool water into the inversion tube to replace water being drained from a small hole made in the end of the CIPP at the downstream end. Care shall be taken in the release of the static head such that a vacuum will not be developed that could damage the newly installed CIPP. e. The finished CIPP shall be continuous over the entire length of an insertion run and be as free from visual defects such as foreign inclusions, dry spots, pinholes, and delamination. The CIPP shall be impervious and free of any leakage from the pipe to the surrounding ground or from the ground to the inside of the CIPP. Any defects which will affect, in the foreseeable future, or warranty period, the integrity or strength of the CIPP, shall be repaired at the Contractor's expense, in a manner mutually agreed by the Owner and the Contractor. Completion of CIPP a. If due to broken or misaligned pipe at the access point, the CIPP fails to make a tight seal, the Contractor shall apply a seal at that point. The seals shall be of a resin mixture compatible with the CIPP. b. After the CIPP has been cured, the Contractor shall reconnect the existing active service connections. Reconnection of service connections shall be accomplished by external excavation unless otherwise allowed by the Engineer. Any bypass pumping that is required shall be provided at no additional cost for sewer lines where lining is being performed. Service interruptions to any homes tributary to this sewer line shall not exceed 18 hours. D2-12 (5) City of Fayetteville Sewer System Improvements C. The watertightness of the CIPP shall be gauged while the tube is curing, and under a positive head. After the work is completed, the Contractor will provide the Owner with a video tape showing both the before and after CIPP conditions including the restored connections. Upon completion of the installation work after required testing indicates the CIPP is acceptable, the Contractor shall reinstate the project area affected by his operation and perform any surface restoration in accordance with these Specifications. ' d. Service connections in CIPP lines shall be reinstated with a saddle unless otherwise directed by the Engineer. Contractor shall remove the appropriate amount of carrier pipe to allow the saddle to be directly connected to the outside wall of the CIPP. An epoxy, meeting the manufacturers recommendation, shall be applied to the saddle to assure a water tight seal between the saddle and insituform liner. The saddle shall be secured with stainless steel bands. After the epoxy has set, the Contractor shall completely encase the saddle and exposed CIPP in concrete. Care shall be used not to damage the CIPP, if damage occurs as a result of the Contractor's operations, the Contractor shall assume all cost associated with the repair of the CIPP. S. Manhole Connections All cracked or deteriorated material shall be removed from the area to be sealed. Thoroughly plug the annular space between the liner and the host pipe with resin used to impregnate the liner. Finish grout smooth and flush with the interior manhole wall surface and make watertight with non -shrink grout. 9. Testing Repaired Sanitary Sewer Lines Testing of sanitary sewer lines for watertightness following installation of CIPP shall be televised and dyed water flooded as directed by the Engineer as specified in Section DI -8. D. Measurement and Payment 1. CIPP , Payment shall be made at the Contract Unit Price as indicated on the Bid Schedule for each line segment and shall include internal television inspection before and after CIPP. City of Fayetteville D2-12 (6) Sewer System Improvements I I D2-13 SANITARY SEWER CONSTRUCTION A. General Ii. Scope This Section governs all work, materials and testing required for installation of gravity pipelines of the ' respective types and sizes shown on the Drawings for the particular location and conforming to the requirements of these specifications. All pipelines shall be ' constructed to proper line and grade as shown on the Drawings and shall result in an unobstructed, smooth and uniform conduit. 2. Description Sanitary sewer construction shall consist of furnishing ' all labor, materials and equipment for the complete installation of sewers and appurtenances in accordance with the Contract Documents. ' 3. Revisions of Standards When reference is made to a Standard Specification i.e. ASTM, ANSI, AWWA, MCIB, the Specification referred to shall be understood to mean the latest revision of said specification as amended at the time of the Notice to ' Bidders, except as noted on the Drawings or in the Specifications. ' B. Materials ' 1. General This section governs materials required for pipeline ' construction. a. Requirements Furnish pipe of materials, joint types, sizes, and strength classes indicated and specified. Higher strengths may be furnished at the Contractor's ' option, at no additional cost to the Owner. b. Manufacturer The manufacturer shall be experienced in the design, manufacture and commercial supplying of the specific ' material. ' D2-13(1) City of Fayetteville Sewer System Improvements I c. Testing ' Testing shall be performed by the manufacturer's quality control personnel in conformance with applicable standards. Testing may be witnessed by Owner, Engineer, or an independent testing laboratory. The Contractor shall provide three (3) copies of certified test reports indicating that material does conform to the specifications. d. Handling The manufacturer and contractor shall use equipment and methods adequate to protect the pipe, joint elements and prevent shock contact of adjacent unit during moving or storage. Damaged sections that cause reasonable doubt as to their structural strength or watertightness will be rejected. 2. Pipe, Fittings, Joints, Coatings and Linings a. General Furnish pipe and fittings of materials, joint types, sizes, strength classes, coatings and linings as indicated and specified. Rubber couplings shall be as manufactured by Mission Rubber Co., Fern Co., or equivalent. Rubber couplings shall be fastened using two type C-305 stainless steel adjustable clamps to provide a leakproof seal. b. Ductile -iron pipe and fittings shall be Class 50 conforming to ASNI A21.51, except as otherwise specified herein. 1) General Furnish maximum pipe lengths normally produced by the manufacturer, except for fittings, closures, and specials. ' 2) Joints Mechanical and push -on joints for pipe and t fittings shall conform to the requirements of ANSI A21.11. Flanged joints for ductile iron pipe and fittings shall conform to the requirements of ANSI A21.10. Gaskets shall be neoprene or other synthetic rubber material. Natural rubber gaskets will not be allowed. I I City of Fayetteville D2-13(2) Sewer System Improvements I 3) Fittings Fittings shall be in accordance with ANSI/AWWA C 110/A21.10 and shall have a pressure rating of not less than that specified for the pipe. Fittings used with ductile iron pipe shall be ductile iron or cast iron. Fittings for pipe with mechanical joints shall have mechanical joints. Fittings for pipe with push -on joints hav e he either mechanical joints or push -on joints. ' 4) Coatings Where required pipe and fittings shall be furnished with exterior bituminous coating conforming to ANSI A21.51. 5) Linings Polyethylene Lining: Polyethylene complying ' with ANSI/ASTM D-1248 fusion bonded to the interior of pipe and fittings. The material shall be compounded to prevent ultraviolet degradation during storage above ground. The ' standard nominal thickness of the lining shall be 40 mils. After lining, the product shall be tested for voids and holidays in accordance with ' ASTM G-62, Method B, using a 7500 volt High Voltage Tester. IC. SDR 26 Polyvinyl Chloride (PVC) Plastic Sewer Pipe and Fittings shall conform to ASTM D-3034 for pipes 4 inches through 15 inches in diameter. SDR 26 Polyvinyl Chloride (PVC) sewer pipe and fittings t shall conform to ASTM D-2241 for pipes 18 inches in diameter. Ii) Furnish maximum pipe lengths normally produced by the manufacturer except for fittings, closures and specials. 2) The pipe shall be made of PVC plastic having a cell classification of 12454 B as defined in ASTM D 1784. The resin portion of the copolymer compounds shall contain a minimum of 90 percent vinyl chloride and the compounding ingredients shall not exceed 10 percent by weight. The ' compounding ingredients may consist of lubricants, stabilizers, non poly (vinyl chloride) resin modifiers, and pigment essential for processing, property control, and coloring. ' Certification of resin compounding shall be provided by the pipe manufacturer prior to shipment to the job site. 1 D2-13(3) City of Fayetteville Sewer System Improvements One test to verify resin compounding may be required by the owner or Engineer. The test shall be performed by an independent testing laboratory to which the Owner has no objection and shall be performed on a sample of pipe obtained from the job site. The test shall be performed at no additional cost to the Owner and shall be performed in accordance with ASTM D 817 - Ash Determination for pipe manufactured with primarily noncombustible compounding ingredients. 3) Pipe shall have an integral wall bell and spigot joint and a minimum wall thickness conforming to SDR 26. 4) Joints shall conform to ASTM D 3212. Joints ' shall be push -on type only with the bell -end grooved to receive a gasket. Elastomeric seal (gasket) shall have a basic polymer of synthetic rubber conforming to ASTM F 477. Natural rubber gaskets will not be allowed. 5) Fittings defined as tee or wye connections suitable for assembly to four (4) inch or six (6) inch building service lines shall be bell - end with a minimum wall thickness conforming to SDR 26 and shall be furnished by the pipe manufacturer. d. Polyvinyl Chloride (PVC) Plastic Water Pipe The pipe material shall be Polyvinyl Chloride (PVC) meeting the requirements of ASTM D 1784, with a cell classification of 12454-B. The standard Dimensional Ratio for the pipe will be DR14 (Class 200) conforming to AWWA 900. e. Non -Metallic Water and Sanitary Sewer Pipe Detection 1. The detectable tape shall be "Detect Tape" as manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils and the width shall not be less than 2 inches with a medium unit weight of 2 1/2 pounds/1" x 1000'. 1 I City of Fayetteville D2-13(4) Sewer System Improvements ' 2. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Legends Water Safety Precaution Caution Buried ' Blue Water Line Below Sewer Safety Green Caution Buried Sewer Line Below C. Installation 1. General ' a. Install pipelines in accordance with the applicable reference standard listed below and as specified herein. 1) ASTM D 2321 - PVC Solid Wall, PVC Composite Wall. 2) AWWA C 600 - Installation of Ductile Iron Water Mains and Appurtenances. 2. Site Preparation and Excavation a. Site preparation shall be as specified in Section ' b. Excavation shall be as specified in Section D2-9. C. All existing lines which are to be abandoned shall be internally inspected to identify locations of all existing service connections. 3. Pipe Finbedments ' a. Install a minimum of 6 inches of crushed limestone pipe bedding at all locations except where the pipe is encased in concrete. I b. Place pipe bedding below and on the sides of the pipe as indicated in the typical trench details on the Drawings. c. Compact bedding and dig bell holes for bell and socket pipe so that the pipe is uniformly supported ' for its entire length and will be true to line and grade after installation. I I D2-13(5) City of Fayetteville Sewer System Improvements I d. After each pipe has been brought to grade, aligned, and placed in final position, extend the crushed limestone bedding to the pipe spring line. Shovel slice sufficient bedding material under the pipe haunches and on each side of the pipe to hold the pipe in proper position during subsequent pipe jointing, bedding, and backfilling eperaticns. crushed limestone embedment material shall then be added to a compacted depth of twelve (12") inches above the top of pipe. e. Place pipe that is to be concrete encased in proper position on temporary supports consisting of wood blocks or bricks with wood wedges. When necessary, anchor or weight the pipe to prevent flotation when the concrete is placed. f. Place concrete for embedment or encasement uniformly on each side of the pipe and deposit at approximately its final position. Do not move concrete more than five (5) feet from its point of placement. 4. Pipe Laying a. Pipe laying shall not proceed if the trench width as measured at the top of pipe exceeds the maximum allowable trench width. If this occurs the Contractor shall provide, to the approval of the Engineer better bedding for the pipe or pipe of sufficient strength to provide safe supporting strength. b. Store and handle pipe and fittings with care to prevent damage thereto. Do not use hooks to transport or handle pipe or fittings. Do not drop pipe or fittings. c. Rejected pipe and fittings shall be marked and removed from the Project Site at no cost to the Owner. Examine pipe and fittings for soundness and specification compliance prior to placement in the trench. d. Clean joint contact surfaces prior to jointing. Use lubricants, primers, or adhesives as recommended by the pipe or joint manufacturer. e. Pipe laying normally shall begin at the lowest point. f. Unless otherwise required, lay all pipe straight between manholes. Excavate bell holes for each pipe joint. When jointed, the pipe shall form a true and smooth pipeline. I 1 H H I I I n H H I I I I Li City of Fayetteville D2-13(6) Sewer System Improvements I g. Plug pipelines at the end of each day's progress. Utilize plugs or other positive methods of sealing at all times to protect any existing system from entrance of stormwater or other foreign matter. Contractor shall reconnect the existing active service connections and activate the sewer line as directed by the Engineer. 5. Building Service Laterals a. Unless otherwise noted on the plans, all active service connections on sewer segments to be abandoned or removed and replaced shall be connected to the proposed sanitary sewer. Contractor shall be responsible for locating service connections prior Ito construction. b. Install tees at an angle of no more than forty-five (45) degrees or less with pipe springline, for pipe ' sizes 8 through 21 inch diameter. c. Reconnection of building service shall include ' replacement of 4 linear feet of service lateral. d. Install Building service lines with a straight alignment and at a uniform grade not less than one ' (1) percent unless otherwise specified. Embedment shall be same as main sewer. When a building service line grade exceeds twenty (20) percent, pipeline anchors shall be installed as required for anchors, with the first anchor not more than twelve (12) nor less than seven (7) feet upstream of the ' wye. e. Maintain an accurate record for submittal to the Engineer of location, size and direction of each ' tee, saddle and/or location, size and length of each building service line. Locations shall use the pipeline stationing as shown on the Plans, or the distance from the first downstream manhole. f. Contractor shall verify by testing all service connections to determine if they are active or ' inactive. Only active services shall be connected to the existing sanitary sewer system. Inactive services shall be plugged with hydraulic cement. In ' addition, the contractor shall be responsible for any liability associated with the accidental plugging of active services. I I D2-13(7) City of Fayetteville Sewer System Improvements I g. All service laterals shall be inspected by the Owner's Representative prior to reconnection to the replacement sewers. If the service laterals are found to be in a deteriorated condition in the opinion of the Owner's Representative, then the Contrator shall replace the service lateral to the property line as directed by the Owner's Representative. h. All service laterals shall be tee connections. I I 6. Extension of Service Laterals ' Service laterals which require a connection to the relief/replacement sewer greater than four (4) feet in length, measured horizontally, shall be considered a service lateral extension. The service location for all abandoned, replacement, or relief sewer shall be determined prior to excavation. The extension pipe shall be laid to provide sufficient slope to the new sanitary sewer not less than two (2) percent unless otherwise specified. All building lateral extensions on private property shall be made by a licensed Master plumber. 7. Anchors Anchor pipelines in accordance with the table below: PIPELINE ANCHORS Percent Center to Center of Grade Max. Spacing (Feet) 0-20 Not Required 20-35 36 35-50 24 50 16 The anchor shall be made of concrete or other material approved by the Engineer. Concrete anchors shall have a minimum thickness of twelve (12) inches. The anchor shall extend not less than one (1) foot into undisturbed earth on the sides and bottom and one (1) foot above top of pipe. In incompressible material, the above dimensions may be six (6) inches each side and bottom. The anchor shall support a joint fitting. I I U U L I I L II I I City of Fayetteville D2-13(8) Sewer System Improvements [1 8. Connection of Pipes of Dissimilar Materials Connect different pipe materials using proprietary transition couplings, that will provide permanent and ' watertight connections which will withstand the hydrostatic test pressure. 9. Sewer Pipe and Water Main Separation Sanitary sewers, house sewers or storm drains that are laid in the vicinity of pipe lines designated to carry potable water shall meet the following conditions. a. Parallel Installation - Sewers and Water Mains ' 1) Normal Conditions - Any sanitary sewer, storm sewer or sewer manhole shall be located at least ten (10) feet in all directions from water mains, whenever possible; the distance shall be measured from edge to edge. ' 2) Unusual Conditions - Where the ten (10) foot separation cannot be achieved, the vertical separation shall be a minimum of two (2) feet between outside diameters and the horizontal separation shall be a minimum of four (4) feet. The sewer shall be located below the water main. b. Crossings - Sewers and Water Mains 1) Normal Conditions - A vertical separation of at least 18 inches shall be maintained between any potable water supply and sanitary sewers. 2) Unusual Conditions - When local conditions prevent a vertical separation as described above, the water main can be relocated. 10. Drainage Course Crossing ' Pipelines that cross well-defined drainage courses and have less than three (3) feet of cover shall be ductile iron or concrete encased. The length of ductile iron pipe or concrete encasement shall be as indicated, or if 'not indicated, as specified by the Engineer. 11. Polyethylene Wrapping ' Polyethylene material for pipe encasement shall meet the requirements of ANSI/AWWA C -105/A21.5-82, or latest revision thereof. I I D2-13(9) City of Fayetteville Sewer System Improvements 12. Non -Metallic Water and Sanitary Sewer Pipe Detection Detectable underground utility warning tapes which can 1 be located from the surface by a pipe detector shall be installed above non-metallic pipe. Installation of detectable tapes shall be per manufacturer's recommendation and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the line. 13. Backfill I Backfill trenches as specified in Section D2-10. Clay dams or concrete dams (1500 psi minimum) shall be placed at locations as shown on the Contract Drawings, or as directed by the Engineer. 14. Testing ' Test new sanitary sewers in accordance with Section D1-9. Test replacement sewers (where previous cross connections with storm sewers existed) in accordance with Section D1-8. 15. Bypass Pumping i Perform bypass pumping for flow control. No bypassed wastewater shall discharge to natural or manmade drainage structures. 16. Abandonment of Existing Manholes I a. Prior to the abandonment of a manhole, Contractor shall verify that no existing services will be affected. b. The top of the manhole shall be lowered to an ' elevation at least 24 inches below final grade. c. All pipes shall be plugged with hydraulic cement, to a minimum depth of 1 foot. After the cement has set, the manhole shall be filled with thoroughly tamped sand or Class 7 Base. Surface restoration shall be compatible with surrounding surface. d. Frames and covers shall be removed from the site. 17. Pipe Plugging and Sanitary Sewers to be Abandoned , a. Prior to the plugging of a sewer segment, Contractor shall verify that no existing services will be affected. b. Physically remove sanitary sewer pipe outside of the manhole for a minimum distance of one foot. City of Fayetteville D2-13(10) Sewer System Improvements I c. Fill pipe for a minimum length of one foot with ' hydraulic cement. Fill void outside of manhole with hydraulic cement, and repair manhole wall. 18. Relocation of Water Mains ' Relocate water main and water services to meet the minimum requirements of Section D2-17. 19. Clay Dams ' Clay dams shall be in accordance with Section D2-11.6 ID. Measurement and Payment Only items listed below will be measured for payment. All other costs shall be included in the unit or lump sum prices for the item affected thereby. 1. Sewer Pipe ' Sewer pipe of the respective type, size, and/or strength including specified pipe embedments (other than concrete), and testing will be paid for at the Contract Unit Price per linear foot of pipeline actually required and installed, measured along the centerline of the pipeline from center of manhole to center of manhole. ' This item includes costs for location of existing services, excavation, existing pipe removal and disposal (for open cut only), furnishing and placing pipe ' embedment materials, tees, furnishings and placing pipe, fittings and joint material, making connections to pipe of dissimilar materials, making connections to manholes, backfill (unpaved areas), testing and any resulting repairs and incidental and appurtenant work required to complete the item. Payment for furnishing and installing Class 7 aggregate backfill used for road t crossings, driveways, and other areas authorized by the Engineer shall be based on the unit price per cubic yard of compacted material as stated in the Proposal. (See ' Section D2-10). 2. Trench Depth ' Depth categories for payment purposes shall be zero to six feet and four foot increments for pipe depths greater than six feet. Trench depth shall be measured from the surface of the ground to the flow line of the pipe. Exceptions to this section include boring and jacking where no depth categories for payment purposes shall be applicable. I D2-13(11) City of Fayetteville Sewer System Improvements I 3. Connect Service Laterals Payment for connection of service laterals to the proposed replacement/relief sewer shall be at the Contract Unit Price indicated. Payment shall include 4 linear feet of the service lateral which may be required to connect the service lateral to the proposed replacement/relief sewer. Payment shall also include trench backfill, restoration (unpaved areas only) and testing. 4. Extension of Service Laterals Payment for extension of service laterals from the initial four (4) feet of lateral shall be at the Contract Unit Price indicated. Payment shall include the length of service lateral required to extend the service lateral to the proposed replacement/relief sewer, trench backfill, restoration (unpaved areas only) and testing. 5. Installation of Service Lateral Cleanout Payment for installation of service lateral cleanouts shall be at the Contract Unit Price indicated. Payment shall include furnishing and installation of the cleanouts at locations indicated on the drawings. 6. Internal Television Inspection Payment for internal television inspection and cleaning shall be considered a subsidiary obligation of the Contractor and shall be included in the bid price for the item affected thereby. Exceptions to this section include those sewer lines included as alternate bids in which case internal inspection will be a separate pay item only for cleaning and internal television inspection prior to any associated construction work. 7. Concrete Encasement of Sewer Pipe Payment for installation of concrete encasement where indicated on the plans or as directed by the Engineer, shall be at the contract price per cubic yard. Payment shall include all labor, materials, and form work necessary to perform the work. 8. Sewer Main Pipe and Water Main Separation When a minimum vertical clearance of three (3) feet cannot be maintained between sanitary sewer main and storm sewer, the sanitary sewer main shall be ductile iron pipe. Compensation for excavation, furnishing and City of Fayetteville D2-13(12) Sewer System Improvements placing pipe embedment material, tees, furnishing and placing pipe, fittings and joint material, making connections to pipe of dissimilar materials, backfill, testing and any resulting repairs and incidental and ' appurtenant work shall be included in the Contract Unit Price for ductile iron pipe. ' 9. Sewer Main Pipe and Storm Sewer Conflict When conflicts occur between sanitary sewers and storm sewers, the sanitary sewer main shall be ductile iron pipe. Compensation for excavation, furnishing and placing pipe embedment material, tees, furnishing and placing pipe, fittings and joint material, making ' connections to pipe of dissimilar materials, backfill, testing and any resulting repairs and incidental and appurtenant work shall be included in the Contract Unit ' Price for ductile iron pipe. 10. Abandon Manhole ' Abandonment of manholes shall be paid at the Contract Unit Price per each manhole. Payment shall include pipe plugging, and all labor and materials necessary to complete this item. il. Water Main Relocation Water main relocation shall be paid at the Contract Unit Price for each water main relocation as indicated on the plans. The price shall be payment in full for ' performing the work as specified. Cost for all material and labor, existing pipe removed and disposed, pipe bedding and backfill material including service ' connection reinstatement, temporary and final surface restoration shall be included in the Contract Unit Price. 12. Pipe Plugging and Sanitary Sewers to be Abandoned. Pipe plugging and abandoning of sanitary sewers 10 feet or less in length shall be incidental to the Contract. 13. Installation of Concrete Piers Payment for installation of concrete piers where indicated on the plans shall be at the Contract Unit Price indicated. Payment shall include all labor, ' material, and form work necessary to complete the work. P li Ti H I D2-13(13) City of Fayetteville Sewer System Improvements 14. Clay Dans Paynent for clay dams shall be at the Contract Unit Price indicated and shall include all labor and materials necessary to complete the work. END OF SECTION D2-13 City of Fayetteville D2-13(14) Sewer System Improvements I 11 I A. D2-14 CONCRETE STRUCTURES General 1. Description This section describes the installation of new cast -in- place concrete manholes, new precast concrete manholes, and other miscellaneous structures. 2. Furnish the labor, materials, equipment, tools, and services required for the installation of the concrete work required on this project. B. Materials 1. Coal -Tar Epoxy Paint Koppers "Bitumastic Super Service Black," Tnemec, ' "46-450 heavy Tnemecol", or equal. Dry film thickness shall be a minimum of 14.0 mils per coat. 2. Non -Shrink Grout Grout shall be non -shrink in the plastic state and show ' no expansion after set as tested in accordance with ASTM C 827 and shall develop compressive strength not less than 3,000 psi with a trowelable mix within 24 hours per ASTM C 109. The placement time shall be not less than 45 minutes based on initial set per ASTM C 191. Test results shall be furnished by the manufacturer and submitted to the Engineer. 3. Felxible Gaskets Openings for each connecting pipe shall be circular with a compression type flexible rubber gasket cast integrally into the manhole wall. Flexible gaskets ' shall be manufactured in accordance with rubber joint specification ASTM C 443 and shall meet the performance and test requirements of ASTM C 425 for compression ' joints. Flexible gaskets shall be A-Lok, Presswedge, or equal. 4. Frames and Covers ' a. Manhole frames and covers shall be in accordance with Section D2-2. D2-14(1) City of Fayetteville Sewer System Improvements I 5. Steps a. Manhole steps will not be required. 6. Cast -In -Place (Monolithic) Concrete Manholes ' The design of standard manholes shall be the responsibility of the Contractor. Shallow manholes shall be constructed as detailed on the Drawings. Sketches of all manholes indicating complete details of the proposed design shall be submitted to the Engineer for review prior to ordering material and/or construction. Cast in place construction will be considered for circular manholes only unless appropriately designed with reinforcing steel. The concrete for circular manholes shall be reinforced with wire mesh conforming with this document. The minimum sidewall thickness shall be 6 inches or one -eighth the inside diameter whichever is greater. The base thickness of manhole below the underside of flow channel shall vary, depending on the diameter, the depth of manhole, whether base is reinforced or not and on the type of joint occurring between base slab and wall. The minimum base thickness shall be 8 inches or 1/8 the manhole diameter plus 1/30th of the manhole depth, whichever is greater. a. Foundations of manholes for sanitary sewer shall be concrete of a minimum compressive strength of 4000 psi at 28 days. The invert channels shall be smooth, accurately shaped, and in accordance with the plans. where changing line sizes occur, the crowns (top insides) of the pipe should be matched unless otherwise approved by the Engineer. The invert of the manholes shall be shaped and smooth so that no projections will exist. Flow channels will be formed in the inverts so that the manhole will be self-cleaning and free of areas where solids may be deposited as sewage flows through the manhole from all inlet pipes to all outlet pipes. Where the pipe can be laid continuously through the manhole, the pipe can be placed in the base. After the construction of the manhole, the pipe can be trimmed by cutting out the top half after the concrete base is constructed and has cured sufficiently. If it is not possible to lay the pipe continuously through the manhole base, the invert may be poured and formed directly in the concrete of the manhole base. The invert floor shall have a minimum slope of 1" per foot unless noted otherwise. The manhole invert shall extend from wall to wall. The minimum thickness for all bases shall eight (8) inches. , Reinforce bases with 04 bars at 12 -inch centers each way. Tie and place reinforcing steel above the midpoint. The minimum cover over the reinforcement shall be two (2) inches. When the connecting City of Fayetteville D2-14(2) Sewer System Improvements I pipelines are required to have concrete embedment, extend the embedment reinforcing steel not less than twenty (20) bar diameters into the manhole base. ' b. Pipe extending from the manhole shall be cradled in concrete to the first pipe joint in the same pour as the manhole foundation. Embedment of reinforcing steel shall extend not less than twenty (20) bar diameters into manhole base. IC. A minimum of six (6) inches rock cushion shall be used beneath manhole foundations. Where trench has been overexcavated, the void created shall be completely filled with a rock cushion to the underside of the manhole base. d. In, the event that ground water is present during the ' pouring of a cast -in -place manhole foundation, a pump shall be used to remove the ground water. Prior to pouring, the subgrade shall be stable, free ' from muck and groundwater. After the concrete foundation has been placed, the pump shall continue to run for at least two (2) hours to enable the concrete to obtain its initial set. e. Cast -in -place concrete manholes shall have a minimum inside diameter at the base of four (4') feet and an inside diameter at the top of the cone section of not less than twenty-four (24") inches unless specified otherwise herein. The manhole shall have ' a minimum wall thickness of six (6") inches and shall be smooth having no form marks on the interior wall or exterior wall of the manhole exceeding one - quarter (;") inch in depth. Concrete used for the , manhole barrel and cone section shall be a minimum compressive strength of 4000 psi at 28 days, with a slump of five (5") inches to seven (7") inches during the placement. Concrete shall not be so dry as to cause extensive honeycombing. During the placement of the concrete in the manhole barrel ' forms, thorough vibrating shall be completed at two (2') foot intervals. If cold joints are necessary because of a time lapse of more than one hour between placements then a concrete bonding adhesive ' shall be applied to the existing concrete. A concrete collar at least four (4") inches thick shall extend a minimum of eight (8") inches above and below the new joint around the outside of the manhole. If honeycombing of the barrel of the manhole is found to be present after removal of the ' forms, such honeycombing shall be repaired as directed by the Engineer. Any form marks on the inside wall shall be smoothed and grouted as directed. Curing compounds or covers may or may not ' be used at the option of the Contractor to protect the concrete to prevent cracking during the curing ' D2-14(3) City of Fayetteville Sewer System Improvements I process and to protect the manhole during freezing temperatures. The manhole shall not be backfilled for at least two (2) working days after forms have been removed or a minimum of three (3) working days after the concrete has been placed. f. Reinforcing steel used in design of reinforced manhole foundations shall conform to ASTM A 615, Grade 60, deformed bars. g. Welded steel wire fabrics for cast -in -place manholes shall conform to ASTM 185. h. Manholes bases shall be integral cast. The diameter of the integral base pad shall be eight (8) inches greater than outside diameter of the manhole. 7. Shallow manholes shall be constructed at locations in the sanitary sewer system for depths less than four feet where specifically designated on the Project Plans, or as directed by the Engineer. Shallow manholes shall be constructed rectangular in shape from 4000 psi reinforced concrete formed in place as detailed in the Drawings. 8. Precast Concrete Manhole Sections a. Manholes shall conform to ASTM C 478 as specified herein and shall be Hardwall Fabricators or equal. b. Wall thickness shall be not less than one -twelfth (1/12) of inside diameter or five (5) inches, whichever is greater, to be used when the manhole depth is less than sixteen (16) feet; one -twelfth (1/12) of inside diameter plus one (1) inch or (5) inches, whichever is greater, to be used when manhole depth is sixteen (16) feet or greater. c. Concentric cones shall be utilized when manhole depth exceeds six feet. The clear opening of the cone shall be 26 inches. d. Reinforced concrete flat -top sections shall have a minimum 26 -inch diameter opening and be a minimum eight inches thick in non -traffic areas and a minimum ten inches thick in traffic areas. Reinforce flat -top sections with #4 bars at 12 -inch centers each way. Tie and place reinforcing steel below the mid point. The minimum cover over the reinforcement shall be two (2) inches. ' e. Openings for each connecting pipe shall be circular with a compression type flexible rubber gasket cast integrally into the manhole wall. Flexible gaskets shall be manufactured in accordance with rubber joint specification ASTM C 443 and shall meet the performance and test requirements of ASTM C 425 for City of Fayetteville D2-14(4) Sewer System Improvements compression joints. Flexible gaskets shall be A-Lok ' or equal. f. Preformed and trowelable bitumastic joint sealants ' shall be Kent -seal, Ram-Nek, E -Z Stick, or equal. The minimum dimension of preformed material shall be one-half (1/2) inch square. ' g. Do not deliver precast concrete sections to the job until representative concrete cylinders have attained a strength of at least 80 percent of the specified minimum. Inspect precast concrete sections when delivered. Cracked or otherwise visibly defective units will be rejected. ' h. The maximum depth of lifting holes shall be no more than one-half the manhole wall thickness. After placement of the manhole, the lifting holes shall be sealed with a non shrink grout. C. Execution 1. General Install manholes of the respective types at the designated locations with flowlines at elevations shown on the Drawings. 2. Manhole diameters unless otherwise noted shall be 48 inches for pipe between 6 inches and 18 inches in ' diameter. 3. Install frames and covers in accordance with Section D2-4. ' 4. Form inverts with mortar material and steel -trowel to produce a dense, smooth finish and shape to form a "U"- shaped channel approximating the lower one-half (1/2) cross section of the connecting pipelines and extending upward three -fourths (3/4) of the inside pipe diameter in a "U" -shape. Provide smooth transitions for pipes of different sizes, different elevations, and/or at different angles. Also form inverts to provide self- cleaning by sloping normally two (2) inches from manhole wall to edge of "U" channel with a smooth finish. 5. Pipe Stubs a. Install pipe stubs for future connections at locations, angles, elevations, and of materials as shown on the Drawings. b. Install each pipe stub with the bell of the pipe abutting the outside manhole wall, or the joint if other than a bell, as near the manhole wall as is D2-14(5) City of Fayetteville Sewer System Improvements I practicable but not more than two (2) feet from outside manhole wa]] for later connection thereto. 6. Pipe holes at manholes shall be permanently sealed watertight after installation of the connecting pipelines. 7. Construct connections to existing manholes in conformance with this section. Excavate around the existing manhole so as not to disturb the manhole. The manhole wall shall be removed for no greater diameter than required to insert new pipe. Reshape manhole invert and channel to accept the flows from the new pipe. Chip the existing invert to a rough new surface and install a new channel and invert the entire side where the new pipe enters. Take care to prevent brick or other foreign material from entering the existing downstream sewer. Retrieve such debris. After the new pipe is installed, completely fill and render permanently watertight the void around the new pipe with a grout conforming to the material specifications herein. I 8. Manhole Adjustments Provide new manholes with a maximum of one (1) feat of I adjustment ring(s) underneath the casting. Seal adjustment ring joints as specified in Section D2-4. 9. Apply two coats of coal -tar epoxy paint to the manhole exterior. Coating shall be in accordance with Manufacturer's recommendation. 10. Testing Test manholes in accordance with Section D1-7. I 11. Formwork a. Vertical concrete surfaces shall be formed. The underside of slabs and beams shall be formed except where the concrete is placed against the ground. Sloping surfaces shall be formed unless otherwise authorized by Engineer. I [1 I I City of Fayetteville D2-14(6) Sewer System Improvements I I I I I I I I I I I ' 12. I I I b. Construct and erect forms so that the concrete will have the shape, line, and grade indicated. Make forms mortar tight and sufficiently rigid to prevent deformation under load. Use an adequate number of walers, stiffeners, and braces to insure straight walls. C. Formwork, shoring, and bracing design shall meet the requirements of ACI 347. d. Except as noted, tolerances for formed surfaces shall meet the requirements of ACI 301. Edges of form panels in contact with concrete exposed to view in the finished work shall be flush within 1/32 inch. Forms for plane surfaces shall be such that the concrete will be plane within 1/8 inch in four ft. Leading edges of concrete shall lie within 1/4 inch as measured from a 10 -ft template. e. Provide as -cast smooth form finish for formed concrete surfaces that are to be exposed to view, or that are to be covered with a coating material other than cement plaster applied directly to the concrete. f. Produce smooth form finish by selecting form material to impart a smooth, hard, uniform texture and arranging them orderly and symmetrically with a minimum of seams. g. Repair and patch defective areas with all fins and other projections completely removed and smoothed. Reinforcement a. Reinforcing steel shall be placed in accordance with ACI 301 and ACI 318. When concrete is placed, reinforcing shall be free of rust, scale, or other coatings that will affect the bond. Reinforcement shall be accurately placed, adequately supported, and secured in position at intersections with annealed wire not less than 16-ga or with clips. Reinforcement shall be supported to keep it away from exposed surfaces. Nails or other devices shall not be driven into forms to support reinforcement. b. Provide the following concrete cover unless otherwise shown on the drawings: Bottom face of slabs Top face of slabs 1 inch 1 1/2 inches I D2-14(7) City of Fayetteville Sewer System Improvements I 13 14. Placing Concrete a. General (1) Do not place concrete until forms have been oiled, reinforcement has been fastened in position, form ties at construction joints have been retightened, and embedments and openings have been placed and anchored. (2) Remove debris from the space in which concrete , is to be placed. b. Convey concrete from the mixer to the deposit by methods which will prevent loss of materials. The free fall of not exceed three feet. c. Consolidating place of final separation or concrete shall (1) Consolidate concrete with mechanical vibrating equipment and provide stand by equipment. Apply vibration directly to the concrete. Vibration shall be sufficient to cause flow or settlement of the concrete into place. Apply vibration at the point of deposit and in the freshly placed concrete. It shall be of sufficient duration to accomplish compaction and embedment of reinforcement and fixtures. (2) Supplement vibration by forking and spading by hand in the corners and angles of forms and along farm surfaces while the concrete is plastic under the vibratory action. Curing a. Maintain concrete in a moist condition for seven days after placement. Curing may be by any of the following means: (1) Curing with burlap, cotton, or mats kept continuously wet, or by keeping forms continuously wet. (2) Waterproof paper curing. Lay four inches at seams and seal with tape. (3) Membrane curing by power spraying with a fugitive dye included. Do not use this method on surfaces which will receive a finish treatment of any kind. Submit manufacturer's descriptive data of curing compounds for approval. I PI 11 I I Il I I I I City of Fayetteville D2-14(8) Sewer System Improvements H I ' D. Measurement and Payment Only items listed below will be measured for payment. All other costs shall be included in the unit or lump sum prices for the item affected thereby. 1. Standard Manhole a. The manhole depth shall be determined by measuring ' from top of casting to the invert at the center of the manhole. Payment will be made at the contract unit price for the applicable type, size and depth t for each manhole. Such payment and price shall constitute full compensation for all labor, materials, equipment and for the performance of all work necessary to complete the manholes, including ' removal of existing manhole, excavation, concrete base, manhole frame and cover, waterproofing, concrete masonry, reinforced concrete, backfilling, ' connection of any sewers, conduits, disposal of excess material and restoration. b. Payment for a standard manhole will be in accordance ' with the contract prices as follows: 1) A unit price to cover the construction of one ' standard manhole of the diameter and type indicated; 0 to 6 feet in depth. ' 2) A unit price which shall cover the entire cost of each additional foot of vertical manhole depth in excess of 6 feet, measured to the nearest 0.1 foot. 2. Shallow Manhole ' Payment for shallow manholes will be made at the contract unit price for each manhole constructed. Such payment and price shall constitute full ' compensation for all labor, materials, equipment and for the performance of all work necessary to complete the manholes, including removal of existing ' manhole, excavation, concrete base, manhole frame and cover, waterproofing, concrete masonry, reinforced concrete, backfilling, replacement of any sewers, conduits, disposal of excess material and ' restoration. END OF SECTION D2-14 I I D2-14(9) City of Fayetteville Sewer System Improvements I ' D2-15 CLEANING AND TELEVISION INSPECTION OF EXISTING SANITARY SEWERS ' A. General 1. This section includes specifications for for cleaning and closed circuit television inspection and all 1 associated work for the pipe sizes and lengths of sewers encountered. 2. All sewers are to be inspected following cleaning. 3. It is not required that television inspection be provided by the Contractor during the cleaning 'operation. However, he may do so at his own expense. 4. Contractor's operations are limited to daylight hours on ' Monday through Friday except holidays unless previously approved by the Engineer. 5. Contractor shall provide traffic control personnel during operations to maintain safety of all personnel and public traffic maintenance. B. Materials 1. General The Contractor shall allow Engineer to become familiar 'with Contractor's equipment before commencement of work. I I I I I I 2. Cleaning Equipment a. The Contractor shall provide all equipment necessary for proper flushing of the sewers in the sizes indicated prior to television inspection. Hydraulic high pressure cleaning equipment shall be specifically designed and constructed for sewer cleaning. The sewer cleaner shall have a minimum usable water capacity of 600 gallons and a pump capable of delivering at least 30 gallons per minute (gpm) at 1,000 psi. Pressure to the nozzle shall be regulated by a relief valve adjustable from 0 to 1,500 psi minimum. The equipment will be subject to approval by the Engineer. I D2-15(1) City of Fayetteville Sewer System Improvements J b. Satisfactory precautions shall be taken to protect the sewer lines from damage that may result from the improper use of cleaning equipment. 3. Television Equipment , a. The television camera used for the inspection shall be specifically designed and constructed for such inspection and shall provide a color picture. Lighting for the camera shall be suitable to allow a clear picture for the entire periphery of the pipe acceptable to the Engineer. The camera shall be operative in 100 percent humidity conditions and shall have a minimum of 600 line resolutions. b. Cassette recording equipment will be required for all videotaping. The video tapes that will be provided to the Engineer shall be VHS format. C. Execution 1. Cleaning Operation ' a. Existing flows shall not be interrupted for periods longer than one hour. Sewage diverted during cleaning operations shall be returned to the sanitary system and not discharged into the streams or storm sewer system. Cleaning of these sewers may be by means of hydraulic high pressure jetting or other equipment as needed. b. Arrangements for construction water and meter must be made with the City of Fayetteville. c. Cleaning shall be performed immediately before closed circuit television inspection. d. Unless other methods are approved by the Engineer, hydraulic cleaning shall be performed for all sewers to be inspected. e. Remove all sludge, dirt, sand, grease, roots, rocks, gravel, and other material from the pipe during cleaning operations and collect and remove resulting debris from the downstream manhole of the sewer section being cleaned. Passing material from sewer to sewer section will not be permitted. An approved dam or weir shall be constructed in the downstream manhole in such manner that debris and solids will be trapped and retained. I J I I I City of Fayetteville D2-15(2) Sewer System Improvements I 2. Disposal of Debris a. Under no circumstances shall sewage or solids be ' dumped onto the ground surface, street or into ditches, catch basins or storm drains. ' b. All solids or semisolids resulting from the operations shall be removed from the site by the Contractor unless authorized or directed otherwise by the Engineer. Trucks hauling solids or semisolids ' from the site shall be watertight so that no leakage or spillage will occur. 3. Internal Television Inspection a. The inspection shall be done one sewer section at a ' time. The section being inspected shall be isolated from the remainder of the sewer in a manner approved by the Engineer. Such methods may include plugging ' or partial plugging of upstream flow, and/or by passing the flow from the section. The Contractor shall be responsible for monitoring the depth of surcharging upstream of any plugs. b. The camera shall be moved through the line in either direction at a uniformly slow rate, stopping at all defects to allow adequate evaluation by Engineer. In addition, the camera shall be stopped at each service connection. co If progress of the television camera is impeded or stopped by roots in the sewer reach being inspected, the camera shall be withdrawn, at the direction of the Engineer. The camera shall then be reinserted at the other manhole of the sewer reach and the television inspection resumed. ' d. Other obstructions may be encountered during the course of the internal inspection that prevent the ' travel of the camera. Should an obstruction not be passable, the Contractor shall withdraw the equipment and report the obstruction to the Engineer so that a repair can be made, and the remainder of the line may be inspected. Cost related to difficulties encountered during internal inspection will not be measured for payment nor constitute additional cost to the Contract Price, but will be considered as incidental to the contract. I D2-15(3) City of Fayetteville Sewer System Improvements TI Cost for excavation to retrieve cleaning and internal inspection equipment shall be the responsibility of the Contractor. The Owner and Engineer shall not be liable for any costs relative to retrieving the Contractor's equipment from the sanitary sewer system. Exceptions to this section include obstruction excavations which shall be repaired in accordance with Section D2-11 and paid for at the Contract Unit Price per each as indicated in the Proposal. Viewing 1 Telephones, portable radio, CB, walkie talkies, or other electronic means of communication must be set up where voice or manual communication is not feasible. The Contractor shall provide facilities for the purpose of viewing the monitor while the inspection is in ' progress. Record Logs a. Measurement in the sewer main shall be at the ground level by means of a meter device. Marking on cable or the like which requires interpolation for depth of manhole will not be allowed. Measurement meters shall be accurate to 0.2 feet. A measurement target in front of the television camera shall be used as an exact measurement reference point, and the meter reading shall show this exact location of the measurement reference point. The first feature out of the manhole or cleanout will be measured and used as the initial reference point. b. The Contractor shall furnish all cassette video equipment, cassette video tape film for cassette video tape recording, and equipment. No reel to reel video recording or tapes will be permitted. In the course of inspection, all sewer sections will be videotaped in their entirety. c. Defects shall be described and quantified verbally on the video tapes by the Contractor. Where appropriate, existing landmarks shall be identified. d. The cassette video tapes will be reviewed by the ' Engineer for focus, lighting, clarity of view, and technical quality. The Contractor shall maintain sharp focus, proper lighting, and clear, distortion - free viewing during the camera operations. The I City of Fayetteville D2-15(4) ' Sewer System Improvements I ' Contractor shall maintain plugging and eliminate steam in the line for the duration of the inspection. Failure to maintain these conditions will result in rejection of the video tape by the Engineer. Any sewer line whose video tape is not acceptable to the Engineer will be retelevised at no expense to the Engineer or Owner. e. Each individual cassette video tape shall be properly labelled by the Contractor prior to submittal to the Engineer. The label shall list the Engineer's sewer line segment number, date, City/Owner, name of Contractor, and tape number. If. Each set-up shall be described visually (by superimposing a descriptive caption on the video tape recording which identifies critical ' information) and describe audibly on the video tape recording, both at the initiation and at the conclusion of the set-up. The line segment shall be ' described by the Engineer's segment number which included both basin and manhole numbers. The video counter number shall be voiced on the video tape recording and written on the record logs both at the 'initiation and conclusion of each set-up. D. Measurement and Payment Only items listed below will be measured for payment. All other costs shall be included in the unit prices for the items affected thereby. ' 1. Cleaning/Internal Television Inspection Payment for cleaning/internal television inspection ' shall be considered incidental to the associated work task. Exceptions to this section include those sewer lines which are included as alternate bid items. ' Payment for cleaning/internal television inspection for the alternate bid items shall be paid for at the Contract Price per linear foot of sewer pipe cleaned/televised. Length shall be measured in place along the centerline of the pipe for each sewer segment. The Contract Price shall include all costs associated with the cleaning operations, disposal of debris, ' internal television inspection, viewing, record logs, and cassette video tapes. END OF SECTION D2-15 ' D2-15(5) City of Fayetteville Sewer System Improvements I ID2-16 RESTORATION ' A. General Ii. Restore the project site to conditions not less than that existing prior to starting construction unless ' otherwise required by these specifications, Permits and/or Licenses, or shown on the Plans and as specified in Section I. ' a. Coordinate surface restoration work with the affected private property owners. b. Private property over which the Owner has prior rights (i.e. utility easement, sewer easement) and/or has obtained rights -of -way, agreements, licenses and/or agreements from the property owner Ito allow construction of a sanitary sewer pipeline and appurtenances, shall be restored in conformance with these Contract Documents. c. Restore Public property with strict adherence to the requirements of the public body having jurisdiction ' therein. d. No restoration shall occur until testing is complete and accepted by the Owners Representative. ' e. Complete final surface restoration within three weeks of the sewer installation or repair or as directed by the Owners Representative. 2. Reference Standards ' Surface restoration including pavement, driveways, sidewalks, curb and gutters, and sodding shall be in accordance with the current edition of Arkansas Highway ' and Transportation Department Standard Specifications for Highway Construction. IB. Materials ' 1. Topsoil a. Topsoil shall be free from large roots, sticks, weeds, brush, stones or other litter and waste products. A minimum of 4 inches compacted depth of topsoil shall be used. I D2-16(1) City of Fayetteville Sewer System Improvements b. The soil texture shall be classified as loam or sandy loam according to the following criteria: Loam Sandy Loam Sand (2.0 to 0.05 mm diameter) 25-50% 45-85% (No. 10 sieve) Silt (0.05 to 0.002 nn diameter) 30-50% Less than 50% (No. 270 sieve) Clay (smaller than 0.002 mm 5-25% Less than 20% diameter) (Hydrometer analysis) c. Soil texture shall be determined by utilizing processes as prescribed in ASTM D 422 using the No. 20 and No. 270 sieves and a hydrometer analysis. 2. Fertilizer Fertilizer shall be a standard commercial 16-8-8, uniform in composition, free flowing and suitable for application with approved equipment, delivered to the site in bags or other convenient containers each fully labeled, conforming to applicable State laws. 3. Sod a. Sod shall be approved nursery or field grown grass that is native to the locality of the work and shall match existing in the area of excavation. Sod shall be well rooted in soil of such consistency that it will not break, crumble or tear during handling and placing. Sod shall be free of noxious weeds and other objectionable plants and shall not contain substances injurious to growth. b. Grass shall be between 1-1/2 and 4 inches in length when the sod is cut. The sod shall be cut within 48 hours of placement in rectangular pieces not less than 12 inches in width and not less than one inch in soil thickness. Keep sod in a moist condition between the initiation of cutting and the completing of placing and protect against exposure to the sun, wind, freezing during transportation to the site, and during storage prior to placing. 4. Seed Grass seed shall be fresh and shall match existing grass in the area of excavation. I I I I I I L I I I I I I I I City of Fayetteville D2-16(2) Sewer System Improvements C1 I ' 5. Portland Cement Concrete Portland Cement concrete shall have a minimum compression strength of 3000 psi at 28 days, no less than 5k sacks of cement per cubic yard, and shall conform to ASTM C 94, Alternate 3. Reinforcement shall be 6" x 6" No. 4 x No. 4 Woven Wire Fabric. No. 4 dowel ' bars shall be provided of 3 foot centers, each side. Minimum length of extension into existing base shall be 12 inches. 6. Curing Compound ' Commercial grade conforming to ASTM C 309, Type I. 7. Reinforcing Steel Conform to ASTM A 615, Grade 40. 8. Base Course ' 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. ' 9. Gravel Surface Course Gravel for 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. 10. Asphalt Cement ' Asphalt cement for binder shall be AC 85-100 paving asphalt conforming to the Standard Specifications unless otherwise specified. ' 11. Prime Coat 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. ' 12. Tack Coat ' Asphalt emulsion conforming to ASTM D 977 or D 2397, unless otherwise specified. I I D2-16(3) City of Fayetteville Sewer System Improvements 13. Asphalt Concrete , Asphalt concrete for paving the designated area shall be Type Ii hot -plant mix and all materials shall conform the requirements of Section 408 of the Standard Specifications far Highway Construction. Portions of the referenced specification that are obviously not applicable for the type of work to be done shall be disregarded. C. Execution I 1. Cleanup Upon completion of installation and backfill operations, clean and dress up the work area as follows. a. Remove construction debris and litter from the site. b. Remove excess excavation material from the site including material which has washed into stream beds, storm water facilities, streets, culverts, etc. ' c. Remove tools, equipment and construction materials except for designated storage areas along the pipeline route. Maintain designated storage areas in a neat appearing manner. d. Restore surface and subsurface drainage and provide t drainage wash checks necessary to prevent soils from being washed downstream. e. Machine grade the area in preparation of final grading, seeding, sodding, pavement replacement, etc. , f. Restore all street signs and mail boxes. g. Maintain adequate safety signs, barricades and ' lights until final restoration of work area is completed. 2. Finish Grading Finish grade the area to lines and grades which existed prior to the area being disturbed, with special attention directed to proper surface drainage, and the refilling of settled excavations with earth compacted to densities required. The area shall be smoothed by raking or dragging. Flower and vegetable gardens in existence prior to this project shall have the separately stored top soils restored unless otherwise I City of Fayetteville D2-16(4) Sewer System Improvements I I I I I I Li I I I I I I 3. 4. required. Areas to be sodded or seeded shall have a minimum four inch depth of topsoil. Sod a. Restore grassed areas disturbed by construction with sod to match existing. Sod may be placed between the average date of the last freeze in the Spring and six weeks prior to the average date for the first freeze in the Fall according to the Arkansas Almanac or U.S. Weather Bureau for the area unless otherwise approved by the Owners Representative in writing. Place sod at any time during this period except when the temperature is over 90 degrees Fahrenheit, drought conditions exist or the sod or ground surface is frozen. Cut sod as thick as possible to aid the sod in taking root at the earliest possible date. b. Spread fertilizer nutrients over the area at a rate of 160 pounds per acre (nutrient weight only) or as recommended by the manufacturer. c. Place sod on the prepared surface with the edges in close contact and the alternate courses staggered. Bury exposed edges of the sod flush with the adjacent soil. In ditches, place sod with the longer dimension perpendicular to the flow of the water in the ditch. On slopes, starting at the bottom of the slope, place sod with the longer dimension perpendicular to the slope of the ground and where the slope is 2:1 or greater, stake the sod. Sod shall be rolled after placement and joints filled between sections with scarified soil. Within eight hours after placing the sod, apply five gallons of water per square yard. d. Provide sufficient water to prevent the sod from drying out. e. Existing sod which was salvaged during construction may be reused at the contractor's option. f. Sod shall have taken root before acceptance. Contractor shall guarantee sodding one year after acceptance by the Owner. Seeding a. The areas to be restored by seeding shall be only as directed by Engineer or as specified in Section I. Seed bed preparation shall not be started until all stones, boulders, and debris larger than 3 inches in diameter have been removed. The area to be seeded shall be worked to a minimum depth of 3 inches with a disk or other method approved by the Engineer, I D2-16(5) City of Fayetteville Sewer System Improvements IT reducing all soil particles to a size not larger than 2 inches in diameter. The prepared surface shall be relatively free from all weeds, stones, roots, and sticks. No seeds shall be sawn until the seed bed has been approved by the Engineer. b. Spread fertilizer nutrients over the area at a rate of 160 pounds per acre (nutrient weight only) or as recommended by the manufacturer. c. Mechanically apply grass seed. d. Do not seed during high winds or when the seed bed is too wet for working. Within 12 hours lightly rake seeded areas and roll with a 200 pound roller. After raking and rolling, water the seeded areas with a fine spray until a uniform moisture depth of one inch has been obtained. e. In lieu of mechanical application of seed, hydraulic application may be used. The seed slurry shall be constantly agitated until pumped from the tanks. The seed shall not be allowed to set in water more than four hours before application. f. Water seeded areas as required for the seed to maintain suitable growth for at least three mowings performed a minimum of one week apart. g. Reseed areas where the grass did not take. 5. Tree, Bush, and Hedge Transplanting and Replacement a. Existing trees, bushes, and hedges which cannot be tied back or trimmed to prevent damage and require removal because of the proposed construction shall be transplanted with a tree spade or replaced. Tree removal shall include removal of stump and roots four inches below grade. Transplanting shall be at the location directed by the Owners Representative. After digging the plants, properly store them until they can be transplanted. Replacement plants shall not be delivered until they can be planted. b. Plant during the proper seasons. Do not plant in frozen soil or during unfavorable weather conditions. Dig tree pits of such size as to provide ample space for the entire root system, as the tree comes from the nursery, without crowding or bending the roots. The pits shall be 12 inches wider than the ball diameter, have vertical sides, and be six inches deeper than the thickness of the ball. I I I I I I I I I I I i LI I I City of Fayetteville D2-16(6) Sewer System Improvements I I Thoroughly loosen the soil in the bottom of the pit by spading to a depth of six inches. Dig holes immediately before planting. Dispose of soil earth dug from the tree pits. c. Set trees at a depth slightly below finished grade, ' half -fill the hole with planting soil and thoroughly water. Loosen and fold down the upper half of the burlap, fill the hole with planting soil and thoroughly water. Fill the top two inches with a ' well -rotted mulch. d. After planting, prune the branches in proportion to the amount of root system lost in the transplanting operations but in such a manner as to retain the form typical of the tree. In general, remove approximately one-third of the branch structure. ' Pruning shall be done by expert workmen in such a manner as to insure healthy and symmetrical growth of new wood. ' e. After planting, wrap trunks of trees planted after October 15 with special tree wrap from the crotch of ' the first major branches down to the ground. Tie wrapping with cotton twine to keep the wrapping in place. If. Plant trees vertically. Trees found leaning during the guarantee period shall immediately be staked with two 2 -inch by 3 -inch wood stakes, eight feet long, pointed on one end. The stake shall be long enough to properly support the tree. Drive the stakes to a depth of 18 inches below the bottom of ' the tree pit. Locate the stakes on the north side and of the south side of the tree, and 12 inches to 18 inches from the trunk. Do not drive stakes into the ball and burlap. Guy the trees using a figure ' eight hitch consisting of No. 14 gauge wire encased in a section of rubber hose. ' 6. Restoration of Pavement Surfaces a. General 1) Restore (unless otherwise specified or ordered by the Owners Representative) permanent type pavements, sidewalks, driveways, curbs, gutters, and surface structures removed or disturbed during or as a result of construction operations to a condition which is equal in appearance and ' quality to the condition that existed before the work began. The surface of all improvements shall match the appearance of the existing ' surface. D2-16(7) City of Fayetteville Sewer System Improvements I 2) Pour concrete only after inspection by the Engineer of the pouring site to verify proper forms and reinforcement. Reinforcement shall be equal in quantity and type of materials to reinforcement that existed prior to the work, or as indicated in the plans or specifications. 3) Saw cut existing paved surfaces to provide a straight joint between the existing and new surface. Saw cutting shall be full depth and square or rectangular in shape. 4) Cure and protect all exposed concrete installed under this contract in accordance with the reference standard. 5) Allow concrete to attain a minimum 7 day strength before allowing traffic or construction equipment on the concrete. 6) Remove entire sidewalk squares. Removal of ' partial squares shall not be allowed. b. Concrete Sidewalks 1) Concrete sidewalks shall consist of a minimum 1 thickness of five inches of nonreinforced Portland cement concrete over four inches of compacted granular material. 2) Increase sidewalk thickness to six inches when crossing driveways. 3) Place one-half inch preformed bituminous expansion joints at junctions with existing work and at intervals not exceeding 50 feet, or as directed by the Engineer. 4) Sawcut existing sidewalks at construction joints. Patching existing sidewalk squares damaged during construction activities shall not be allowed. I 5) When removing portions of a concrete sidewalk, an entire "Square" shall be removed. Removal of a partial sidewalk "Square" shall not be allowed. c. Concrete Curb and Gutter , 1) Curb and Gutter dimensions and cross sections shall conform with existing installations. I City of Fayetteville D2-16(8) Sewer System Improvements I 2) Place two dowels at each junction with existing work. Dowels shall be 3/4 inch diameter and a minimum of 12 inches in length. ' 3) Place one-half inch preformed bituminous expansion joints at junctions with existing work and at intervals not exceeding 50 feet, or as directed by the Engineer. 4) Place doweled expansion joints at intervals not ' exceeding 50 feet, or as directed by the Owners Representative. ' 5) Saw cut control joints at intervals not exceeding 20 feet and at junctions with existing traverse cracks in the pavement, or as directed by the Engineer. d. Concrete Driveways ' Replace concrete driveways to the condition and thickness which existed prior to construction. Minimum thickness shall be 6 inches. e. Bituminous Concrete Driveway Replace bituminous driveways to the condition and ' thickness which existed prior to construction. Minimum thickness shall be 2 inches. Construction shall be executed in accordance with Asphalt ' Concrete Pavement Replacement for Pipe Trenches. f. Tack Coat 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. • ' g. Prime Coat 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. ' h. Construction Of Asphalt Concrete Pavement ' 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 ' D2-16(9) City of Fayetteville Sewer System Improvements I conform to the applicable requirements of Section 408 of the Standard Specifications. The Engineer will examine the base before the paving is begun and bring any deficiencies to 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 shal] be promptly and completely removed. i. Asphalt Concrete Pavement Replacement For Pipe Trenches 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. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All resident's driveways shall be accessible at night and over weekends. ' It has been determined by Engineer that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width. Therefore, at the location in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. 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 City of Fayetteville D2-16(10) ' Sewer System Improvements I warranty period shall be promptly repaired by the Contractor, at the Contractor's sole expense. 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. Compact the base course 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. Place base course under all pavement to be replaced ' and, in addition, under gravel surfaced shoulders and other graveled areas. 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. 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 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. 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. D2-16(11) City of Fayetteville Sewer System Improvements I 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. The surface smoothness of the replacement 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 114 inch. The pavement shall be replaced within a maximum of five (5) working days, providing job placement ' conditions will permit repaving. If paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible date. j. Asphalt Highway Repair Asphalt Highway Repair shall be in accordance with the Arkansas State Highway and Transportation Department Standard Specifications for Highway Construction. k. Concrete Highway Repair Concrete Highway repair shall be in accordance with the Arkansas State Highway and Transportation Department Standard Specifications for Highway Construction. m. Weather Conditions ' Asphalt shall not be applied to wet material. Asphalt shall not be applied during rainfall, sand or dust storm, 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 be applied 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. [1 City of Fayetteville D2-16(12) Sewer System Improvements n. Concrete Pavement Pavement replacement 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. Handle and place concrete pavement in accordance ' with the Standard Specifications for Highway Construction of the Arkansas State Highway and Transportation Department. ' o. Gravel Surfacing [TI I I I L ID. I 7 [] 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 gavelled areas disturbed by the construction. Spread the rock by tailgating and supplement by hand labor where necessary. Level and grade the rock to conform the existing grades and surfaces. p. Temporary Pavement Repair When temperature or other conditions prevent the placement of final asphalt or pavement, the Contractor shall street repairs using cold mix by the Owner. When conditions pavement repairs shall be made these specificaitons. Measurement and Payment 1. Pavement Surfaces concrete street complete temporary asphalt as specified permit, final in accordance with Pavement, sidewalk, driveway, and curb replacement shall be paid for at the Contract Unit Price for the applicable item as indicated in the Bid Schedule. Placement of temporary road surface shall be considered incidental to the cost of final surface restoration. Payment will only be made for areas perpendicular to the centerline of the sewer line and within the maximum allowable surface restoration width as indicated in the Contract Drawings. The following items of work under this section are specifically listed for separate measurement and payment. a. Pavement removal and replacement for the various D2-16(13) City of Fayetteville Sewer System Improvements n c. Concrete sidewalk removal and contract unit price per square granular base. replacement, at the foot, which includes d. Concrete or bituminous concrete driveway removal and replacement, at the contract unit price per square yard, which includes removal and disposal of excavated material and installation of granular base and driveway. 2. The maximum width of street surface restoration to be measured for payment shall be the actual trench width or the maximum trench width as given in the trench width table in the Plans, whichever is smaller, plus one foot on each side of the trench. The maximum width of Highway surface restoration to be measured for payment shall be the actual trench width or the maximum trench width as given in the trench width table in the Plans, whichever is smaller, plus 18 -inches on each side of the trench. Additional removal and replacement shall be at the Contractor's expense and not measured for payment. The length of removal and replacement of pavements, driveways, and sidewalks, crossed by conduits shall be measured along the center line of the pipe line, including manholes, over which removal and replacement was made. Additional widths necessary at manholes and special structures shall not be measured. The cost of such additional removal and replacement shall be included in the unit price bid for manholes and special structures. The length of curb and gutter crossing a conduit shall be equal payment purposes to the maximum trench width as given in the trench width table plus one foot on each side of the trench. 3. Payment quantities for sidewalk, driveways, pavement, curb, curb and gutter removal and replacement, where such items are parallel or approximately parallel to the proposed pipe line, shall be included only when the edge of these items are within the maximum trench width as given in the trench width table plus one foot on each side of the trench. Where the items are at a greater distance from the trench, any damage shall be replaced at the Contractor's expense. Where sidewalk parallel to a proposed pipe line is to be removed and replaced, the Engineer shall determine the extent of such removal and replacement. The Contractor may elect to construct the conduit in a tunnel with the approval of the Engineer. In such an event, he shall be compensated by payment of the amounts of driveways, sidewalks, or curbs and gutters which would have been measured for payment had open cut methods been employed. I iU I I I I I I H U I 11 I I I City of Fayetteville D2-16(14) Sewer System Improvements H 4. Payment for all other surface restoration shall be considered a subsidiary obligation of the Contractor and shall be included in the bid price for the item affected thereby. 5. If restoration work is not completed, 30 percent of the Contract Price will not be eligible for payment. END OF SECTION D2-16 D2-16(15) City of Fayetteville Sewer System Improvements I D2-17 WATER DISTRIBUTION SYSTEM J I A. General ' The work under this section consists of the provision of all labor, equipment, and materials necessary to relocate water mains, water services, and appurtenant structures. B. Materials 1. Pipe and Fitting Materials The type of pipe and fittings installed under this contract shall be as follows. • ' a. Ductile Iron Pipe 1) Ductile iron pipe shall be Class 56 as ' manufactured in accordance with ANSI Standard A21.51 (AWWA C-151). Interior lining shall be cement mortar in accordance with ANSI A21.4 (AWWA C-104). The exterior of the pipe shall ' have a bituminous coating approximately one (1) mil thick. I 2) Ductile iron fittings shall be produced in accordance with ANSI A21.53 (AWWA C-153) and ANSI A21.11 (AWWA C-111) and shall be mechanical joint type with retaining glands. 3) Joints for ductile iron pipe shall be compression type similar and equal to U.S. ' "Tyton" or Griffin "Bell Tits" and shall be in accordance with ANSI A21.11 (AWWA C-111) except that mechanical joints in accordance with ANSI ' 21.11 shall be used for all water main in casing pipe. 4) All pipe and fittings shall be capable of ' withstanding an internal working pressure of 150 pounds per square inch. b. Service Pipe Service lines two inches or less in internal diameter shall be Type K copper tubing, soft temper, [I I D2-17(1) City of Fayetteville Sewer System Improvements I for underground service, conforming to ASTM B-88 and 8-251. The pipe shall be marked with the manufacturer's name or trademark and a mark indicative of the pipe. Outside diameter and weight per foot shall not be less than that listed in ASTM B-251, Table II. Service lines greater than two inches in diameter shall be ductile iron pipe conforming to ANSI A21.51 (AWWA C-151). ' 2. Concrete Concrete shall be a 6 bag mix with a minimum 28 day compressive strength of 3000 psi. 3. Granular Bedding Bedding shall meet the requirements of D2-13. 4. Polyethylene Encasement Polyethylene encasement materials and installation shall be Class C (black) conforming to the requirements of AWWA C105 (ANSI A21.5). C. Execution 1. Depth of Cover Water mains and service lines shall be relocated sufficiently deep so as to prevent freezing, with three feet minimum bury measured from finished grade to top of the pipe. 2. Granular Bedding t a. Install granular pipe bedding at all locations except where the pipe is encased in concrete. Pipe bedding shall extend from four inches below the pipe to the center of the pipe. b. Place granular pipe bedding below and on the sides of the pipe. c. Compact bedding and dig bell holes so that the pipe is uniformly supported for its entire length and will be true to line and grade after installation. d. After each pipe has ben brought to grade, aligned, t and placed in final position, deposit and density by shovel slicing sufficient bedding material under the pipe haunches and on each side of the pipe to hold the pipe in proper position during subsequent pipe jointing, bedding, and backfilling operations. 1 City of Fayetteville D2-17(2) Sewer System Improvements I ' Place bedding material uniformly and simultaneously on each side of the pipe to prevent lateral displacement. ' 3. Thrust Blocks Provide thrust blocks at all bends greater than 100 deflection and tees or plugs. Thrust blocks shall consist of concrete a minimum of 12 -inches in thickness poured against virgin ground. ' 4. Backfill Backfill shall be in accordance with Section D2-10. 5. Testing - General a. Conduct pressure and leakage tests on all newly installed pipelines. Furnish all necessary equipment and material and make all taps in the '• pipe, as required. The Engineer will monitor the tests. Test pressures shall be 150% of normal operating pressures except where governing codes or ' regulations specify higher test pressures, or as otherwise specified. b. The minimum test pressure shall be 150 psi. 6. Testing New Pipe Which Connects to Existing Pipe 1 New pipelines which are to be connected to existing pipelines shall be tested by isolating the new pipe with the required valves. ' 7. Disinfecting Water Mains As part of the project, all new water mains shall be ' disinfected before they are placed in service. All existing water mains taken out of service for inspecting, repairing, or other activity which might ' lead to contamination shall be disinfected before they are returned to service. ' 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 t retention period, the disinfecting mixture shall have a strength of at least 10 ppm of chlorine. b. 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. ' D2-17(3) City of Fayetteville Sewer System Improvements U 8. Final Testing After disinfecting and flushing, water samples shall be collected by the Contractor and witnessed by the Owner on two successive days as directed. Bacteriological analysis of the samples shall be performed by a laboratory approved by the Illinois Department of Public Health. Should the initial treatment result in an unsatisfactory bacterial test, the procedure shall be repeated until satisfactory results are obtained. Samples shall be delivered to the laboratory by the Owner who shall pay for the analysis. Results of the analysis shall be transmitted by the laboratory directly to the Owner. Test results shall indicate the date the sample was collected, the date the analysis was made, the exact location at which the samples were taken, the Owner submitting the sample, and the project at which the samples were collected. Samples shall be taken at locations chosen by the Owner. 9. Pressure Test The newly laid water main, or any valved section of it, I shall be pressure tested. D. Measurement and Payment ' Items listed below shall be paid for separately where they are required for water main relocation. The cost of all items not specifically listed for separate payment shall be considered incidental to the contract. 1. Water Main Relocation Water Main Relocation shall include all pipe, fittings, bends, casing pipe, bedding stone, thrust blocks, and labor for a complete water main relocation and be at the , contract unit price including all labor, material, backfill, and retoration to complete the work. I END OF SECTION D2-17 I I City of Fayetteville D2-17(4) Sewer System Improvements • MANHOLE REHABILITATION DETAILS SECTION E ro zr- U V z N = N O y p z << a z W W p N Z W p O < <uz 1 OZ Z cxo° old d � N1 I-0 aimW W t¢J d Ox 05p3 U p ►- N E-1 N I.- 2 OFo ° q JJ p z V z z ts -�UWN a S �jup J ~ a W z W O W��yj ft m V0 U C U O r n C, U z WOr H S S m z 0 F W J 'Si J Z 0 F U W U) E-3 W cc F d 2 Jo- O111O 0 Isi z 0 F W N E-4 4. Z zi /e. • • ••0F -jj ••• —. > •lii z o O Cpu .. `'USE U SUif •.• + E -S (5< 2I1 ■'_ ell a g z� o o go - 4 0 _a ! I �I gk�o �2 ui §G �•« of 2 §L§ 20 _»s � <» a /92 2 L■ a&r§ It W S r Or U U QWOC OW Y7 I. fWJ�U� DO1W� V 2<yd�O h w CV WV NU H r N N W W 0 f O GO �ZZn Ombe ZZ<O� M -s Xf O;V YZZj 3Z3� dm�2OO tKvI�F 1 W 031 ~Z O t•— mOm OEmm OU J 'W a O . 13 3 O Q y ' f• t ' ►R WI ,.� r.,• ZM1 JF s.•.•i•�• O W W W W Q •.. O WKW ' •••� eZKVCJW a Z 020032 � O p v�� iL2sq Jj ' ., O r JFyam� iii mqo ;cWiocOOt°Z a coic <g of uAw>wWO Q!Y O J •• d2 W cs ' Zoe 000OzXm ZUUZWWt I E -s N N I/2' I m NFt 39 I/2 NOTES I. SHALLOW MANHOLE TO BE CONSTRUCTED OF 4000 PSI CONCRETE. 2. FRAME AND COVER AS MANUFACTURED BY McKINLEY IRON WORKS. NO. PM 24x40 OR EQUAL. 3. MANHOLE TO BE USED WHERE SEWER LINES ARE LESS THAN 4' DEEP. e rn W 3' _ 1. 1 _ 38 I/2I ■ J 19 I/4"Il ll19 t/4' rrS \`s -_� 't'' Ci " • 8' i _ 54 I/2' 2 -ROWS OF BITUMINOUS JOINT SEALANT I I 'I • i F . r I -;; - - -- ------ - i •4 BENT BAR 12" O.C. CORNERS ITYPJ 1 1 I 1 1 .4 BARS, HORII. i VERT. I2' Q.C.' E1 6' CRUSHED ROCK 1 CONSTRUCTION JOINT WITH ' WATER STOP ITYP) DETAIL OF SHALLOW SANITARY SEWER MANHOLE 1 1 1 1 CAST IRON MANHOLE FRAME AND COVER 2 -ROWS BITUMASTIC 24" MIN. JOINT SEALANT I I'S J tSTRUCTION JOINT T H WATER STOP (TYPJ I I I / / \V- CAST -IN -PLACE CONCRETE CONCENTRIC CORBEL SECTONt OUTSIDE TO BE WATERPROOFED WITH TWO COATS OF ASPHALT EMULSION INSIDE DIAMETER CAST -IN -PLACE CONCRETE MANHOLE WALL SECTIONS IN VARIES SEE SECTION ACCORDANCE WITH BECTION B2 -IS 02 -IS BENCH MIN. SLOPE I ,-FLEXIBLE GLSKET BER 1" OF PER FOOT � JI i ADLE PIPE IN CONCRETE --I TO FIRST PIPE JOINT CAST -IN -PLACE 4000 PSI CONCRETE BASE 6" CRUSHED ROCK CAST -IN -PLACE MANHOLE (CONCENTRIC CONE) CAS ":RCN M.ANHCLE FRAME AND CC` Lr% BITJMASTIC JOINT SEALANT BETWEEN ALL ADJUSTMENT JCINTS w a m Ow N 6" 26" M,N. MASTIC OR RUBBER JOINT MATERIAL INSIDE DIAMETER VARIES BENCH/TRCUGH C. GRANULAR MANHOLE BEDDING PRECAST TONGUE AND GROOVE ADJUSTING RINGS 12" MAXIMUM PRECAST CONCRETE CONCENTRIC CORBEL SECTION OUTSIDE TO BE WATERPROOFED WITH TWO COATS OF ASPHALT EMULSION CONTINUOUS REINFORCEMENT STEEL IN SIDE WALLS AND BASE MEETING ASTM C476 PRECAST CONCRETE MANHOLE WALL SECTIONS IN ACCORDANCE WITH ASTM C478 FLEXIBLE RUBBER PIPE GASKET SECTIONAL ELEVATION GRANULAR PIPE BEDDING 4" MINIMUM PRECAST REINFORCED CONCRETE BOTTOM PRECAST CONCRETE MANHOLE INSURANCE FORMS SECTION F I I 1 I 1 I wa•R v' • 1 w It_Il• .� �. 4 l. ;,! h•1 ,.l ,, a; jj 1 - . •..1 is -St.) IYw~ 1 C• •C - 'Tarrri • • ti • •. • •• w 1• • •.II•. • 1 J •�_M •1• a� a •I • •. • •• • 1• •, •.' 1• Y19 • 1Z'11;.�.M ••II• ti. •. ••II.1 1 J ti :.• 1 • • • • •.J •:III'.' a: ••. I J •i ll.. . . .1 • 1 . a: ••. 1 - •. I I .I 1 - v - aG • - .11... an •.• 1 - .- .. • •.- •-11..- a ••• 1 - .- •• w . . . • a: ••• I J •- • •.J •:I,, • .•• - •• - - za ••• 4 1• or • .••1 ••1 •.•I _LIIJ •1 • •. J 3•• V • •V or 1• • _• - II•I • • • •- J - •••• •I • .••I ••I • - ••1 _111J • • attached. 4!: r h 'Fayetteyi l l6 Ment ASS Title 1 MANHOLE WORK ITEM REPAIR FORM SECTION G I RJN ENVIRONMENTAL ASSOCIATES, INC. MANHOLE WORK ITEM REPAIR FORM - FAYETTEVILLE, AR JOB NO. MANHOLE 1 (10)028 ' 2 (10)029 3 (10)030 4 (10)031 5 (10)032 ' 6 (10)033 7 (10)034 8 (10)035 ' 9 (10)036 10 (10)037 11 (10)038 ' 12 (10)039 13 (10)042 14 (10) 043 15 (10)046 ' 16 (10)047 17 (10) 048 18 (10) 050 19 (10)051 20 (10)052 21 (10)053 22 (10)055 ' 23 (10)056 24 (10)057 25 (10)058 ' 26 (10)059 27 (10)061 28 (10)063 29 (10)064 30 (10)065 31 (10)066 32 (10)067 33 (10)068 34 (10)069 35 (10)070 LOCATION 1 WILSON PARK X WILSON PARK X PARK/PROSPECT 7 PROSPECT X PARK/PROSPECT X PARK/PROSPECT X 806 PARK X 803 PARK AVE. X PROSPECT/WOOLSY X 810 WOOLSEY CLEBURN/WOOLSEY X ADAMS/WOOLSEY X 128 CLEBURN X E OF WOOLSEY X E OF 806 PARK X E OF 806 PARK X 824 PARK AVE. X 800 HIGHLAND X 808 PARK 862 PARK X 19 PIKE X 932 HIGHLAND X 935 HIGHLAND x 932 HIGHLAND X 954 HIGHLAND X NORTH/POLLARD X V.A. HOSPITAL X V.A. HOSPITAL X V.A. HOSPITAL X V.A. HOSPITAL X V.A. HOSPITAL X V.A. HOSPITAL X V.A. HOSPITAL X V.A. HOSPITAL X V.A. HOSPITAL X 2 X x x x X X X x x X X X X x X X X X x X X X WORK ITEM SURF DEPTH 3 4 5 6 7 TYPE (FT) X NP 5.7 X NP 6.5 X(C) P 7.8 X P 3.8 X X P 7.7 P N/A X P 5.4 X NP 3.9 P 5.4 X X P 5.3 X P 5.6 X P 3.8 P 5.8 X NP 6.3 X NP 7.4 X NP 9.0 X X NP 6.3 X NP 8.7 X(C) NP 2.3 NP 7.0 P 4.8 X P 9.3 X P 10.7 X NP 10.0 X NP 9.5 X NP 9.8 X NP 14.6 X NP 8.4 NP 6.5 NP 7.9 X NP 10.4 NP 9.8 NP 9.4 NP 8.5 NP 8.3 ' Work Item Description 1 Replace frame and cover. ' 2 Frame seal. 3 Coat manhole walls. 4 Pressure grout manhole walls. 5 Partial (P) or (C) complete replacement. 6 Replace bench and trough. 7 Seal between slipliner and pipe. • Legend: P - Paved Area NP- Non Paved Area -1- RJN ENVIRONMENTAL ASSOCIATES, INC. MANHOLE WORE ITEM REPAIR FORM - FAYETTEVILLE, AR 1 WORK ITEM SURF DEPTH JOB NO. MANHOLE LOCATION 1 2 3 4 5 6 7 TYPE (FT) 36 (10)071 V.A. HOSPITAL X X NP 5.6 37 (10)072 V.A. HOSPITAL X X X NP 9.4 38 (10)073 V.A. HOSPITAL X X X NP 12.3 39 (10)074 V.A. HOSPITAL X X X NP 6.5 40 (10)076 932 HIGHLAND X X X NP 6.8 41 (10)077 932 HIGHLAND X X X X NP 6.0 42 (10)078 937 POLLARD X X X P 8.2 43 (10)079 POLLARD/CLEBURN X X X P 4.7 44 (10)081 27 E. CLEBURN X(C) NP 1.8 45 (10)082 50 E. CLEBURN X X X NP 2.5 46 (10)086 607 PARK AVE. X(C) NP 5.8 47 (10)087 603 PARK AVE. X X X P 2.8 48 (10)088 601 PARK AVE. X X X P 3.4 49 (10)089 25 DAVIDSON ST. X X X P 2.3 50 (10)090 LOUISE ST. X X X P 3.6 51 (10)091 32 LOUISE X X X P 5.9 52 (10)092 26A LOUISE ST. X X X NP 4.3 53 (10)093 660 LOLLAR LN. X X X P 4.0 54 (10)099 REBECCA/COLLEGE X X X X P 7.8 55 (10)100 150 REBECCA ST. X X P 7.1 56 (10)101 WASHINGTON AVE. X X X P 7.0 57 (10)103 WASHINGTON X X X P 7.3 58 (10)104 226 PROSPECT X X P 4.8 59 (10)105 249 PROSPECT X X X P 7.5 60 (10)106 413 PROSPECT X X X NP 7.1 61 (10)107 841 FRITZ ST. X X X P 12.5 62 (10)108 875 FRITZ ST. X X X P 10.7 63 (10)109 885 FRITZ X X X X P 4.8 64 (10)110 FRITZ X X X P 6.6 65 (10)111 CLEBUR/WILLOW X X X P 7.0 66 (10)112 306 BAXTER LN. X X X P 6.6 67 (10)114 349 BAXTER IN. X X P 7.7 68 (10)118 212 CLEBURN X X P 5.1 69 (10)119 CLEBURN ST. X X X NP 4.1 70 (10)121 NORTH COLLEGE X X X P 8.1 Work Item Description I 1 Replace frame and cover. 2 Frame seal. 3 Coat manhole walls. 4 Pressure grout manhole walls. 5 Partial (P) or (C) complete replacement. 6 Replace bench and trough. 7 Seal between slipliner and pipe. Legend: P - Paved Area NP- Non Paved Area -2- ' RJN ENVIRONMENTAL ASSOCIATES, INC. MANHOLE WORK ITEM REPAIR FORM - FAYETTEVILLE, AR WORK ITEM SURF DEPTH JOB NO MANHOLE LOCATION 1 2 3 4 5 6 7 TYPE (FT) 71 (10)122 750 N. COLLEGE X X X P 4.2 ' 72 (10)123 800 N. COLLEGE X X X P 9.8 73 (10)124 840 N. COLLEGE X X X P 8.7 74 (10)125 900 N. COLLEGE X X X P 7.8 75 (10)127 950 N. COLLEGE X X X P 4.1 ' 76 (10)128 N. COLLEGE X X X P 3.7 77 (10)130 1000 N. COLLEGE X X X P 5.5 78 (10)132 OAKWOOD/COLLEGE X(C) P 2.0 ' 79 (10)136 1149 WASHINGTON X X X X P 7.1 80 (10)137 1108 WASHINGTON X X X P 5.1 81 (10)141 300 E. NORTH X X X NP 4.2 82 (10)143 1108 WASHINGTON X X X P 5.8 83 (10)144 1137 HILLCREST X X X P 7.5 84 (10)150 25 DAVIDSON ST. X X X NP 2.1 85 (10)153 OLIVE AT PROSPECT X X X P 4.3 86 (10)155 1100 N. COLLEGE X(C) P 2.6 87 (10)156 1100 N. COLLEGE X X X P 4.3 88 (10)160 300 E. NORTH X X X P 3.7 ' 89 (10)166 NORTH ST. EASEMENT X X NP 7.8 90 (10)169 N OF WRMC X X NP 3.9 91 (10)170 V.A. HOSPITAL #100 X X P 7.3 ' 92 (10)171 V.A. HOSPITAL #100 X X P 4.2 93 (10)172 V.A. HOSPITAL X X NP 5.1 94 (10)173 100 E. TRENTON X X P 4.9 95 (11)001 TRENTON BLVD. X X X P 6.1 ' 96 (11)002 620 N. COLLEGE X X X P 8.3 97 (11)003 612 N. COLLEGE X X X P 5.4 98 (11)004 530 N. COLLEGE X X X P 6.6 99 (11)006 MAPLE/COLLEGE X X X P 5.5 100 (11)008 MAPLE/HIGHLAND X(C) P 3.2 101 (11)009 14 MAPLE ST. X X X P 2.7 102 (11)012 403 N. WASHINGTON X X X P 6.5 103 (11)014 DAVIDSON/WASHINGTON X X X P 5.8 104 (11)015 WASHINGTON/MAPLE X X X P 5.8 105 (11)016 427 WASHINGTON X X X P 5.0 Work Item Description 1 Replace frame and cover. 2 Frame seal. 3 Coat manhole walls. 4 Pressure grout manhole walls. 5 Partial (P) or (C) complete replacement. 6 Replace bench and trough. 7 Seal between slipliner and pipe. 'Legend: P - Paved Area NP- Non Paved Area 1 -3- RJN ENVIRONMENTAL ASSOCIATES, INC. MANHOLE WORK ITEM REPAIR FORM - FAYETTEVILLE, AR WORK ITEM SURF DEPTH JOB NO. MANHOLE LOCATION 1 2 3 4 5 6 7 TYPE (FT) 106 (11)017 200 E. REBECCA X X X NP 4.7 107 (11)018 200 E. REBECCA X X X NP 4.0 108 (11)019 200 E. REBECCA X NP 2.3 109 (11)020 688 WILLOW X X NP 6.4 110 (11)022 734 WILLOW AVE. X X X NP 2.7 111 (11)023 631 WILLOW X X X P 5.6 112 (11)024 DAVIDSON/WILLOW X x x P 5.1 113 (11)025 WILLOW/MAPLE X X X P 6.3 114 (11)026 WILLOW AVE. X X X P N/A 115 (11)027 630 WILLOW X X X P 5.7 116 (11)033 525 WALNUT X X X P 5.5 117 (11)035 WALNUT/MAPLE X X X P 5.4 118 (11)036 WALNUT/MAPLE X X X P 5.8 119 (11)037 316 MAPLE x P 4.5 120 (11)039 411 GUNTER X(C) NP 4.4 121 (11)041 429 JOHNSON X(C) NP 2.4 122 (11)047 528 REBECCA X X X P 5.4 123 (11)048 528 REBECCA X X X NP 3.7 124 (11)049 524 REBECCA X(C) NP 2.7 125 (11)050 549 E PROSPECT X X X P 8.8 126 (11)051 RUSH/PROSPECT X X X P 6.1 127 (11)053 845 RUSH X X X P 10.8 128 (11)054 922 RUSH X X X P 5.9 129 (11)055 822 MISSION X(C) NP 4.7 130 (11)056 804 MISSION X X X NP 4.3 131 (11)057 707 WOODLAWN X X X P 3.9 132 (11)058 707 WOODLAWN X X X P 5.2 133 (11)059 854 WOODLAWN X X X P 9.2 134 (11)060 819 WOODLAWN X X X P 4.4 135 (11)061 706 E JACKSON X X X P 1.8 136 (11)062 714 JACKSON X x x P 7.5 137 (11)063 815 E JACKSON X X X P 8.4 138 (11)064 844 E JACKSON X X X P 7.2 139 (11)065 879 JACKSON X X X P 5.8 140 (11)066 858 JACKSON X X NP I Work Item Description ' 1 Replace frame and cover. 2 Frame seal. 3 Coat manhole walls. 4 Pressure grout manhole walls. 5 Partial (P) or (C) complete replacement. 6 Replace bench and trough. 7 Seal between slipliner and pipe. Legend: P - Paved Area NP- Non Paved Area -4- I H RJN ENVIRONMENTAL ASSOCIATES, INC. MANHOLE WORK ITEM REPAIR FORM - FAYETTEVILLE, AR WORK ITEM SURF DEPTH JOB NO MANHOLE LOCATION 1 2 3 4 5 6 7 TYPE (FT) 141 (11)067 843 N JACKSON X X X P 6.2 '142 (11)069 ROCKWOOD TR X X X P 5.6 143 (11)070 717 ROCKWOOD X X X P 5.0 144 (11)071 ROCKWOOD/VINSON X X P 6.2 145 (11)072 927 ROCKWOOD X X P 6.8 146 (11)074 1009 ROCKWOOD X X X P 5.9 147 (11)084 582 MISSION X X X P 3.8 148 (11)085 535 MISSION X X P 4.3 '149 (11)086 619 MISSION X X X P 6.6 150 (11)087 628 ASSEMBLY X X X NP 6.8 151 (11)088 628 ASSEMBLY X X X NP 5.5 152 (11)089 620 FALLIN AVE X X X P 7.9 153 (11)090 700 N FALLIN X X X P 6.7 154 (11)091 624 FALLIN AVE X X X P 7.4 '155 (11)093 749 REBECCA X X X NP 5.8 156 (11)094 749 REBECCA X x x NP 5.6 157 (11)095 700 VINSON X X X NP 8.2 158 (11)100 851 VINSON X X X NP 4.8 '159 (11)101 1011 TRUST X X X NP 8.4 160 (11)103 1011 TRUST X X X NP 4.8 161 (11)104 410 MAPLE x x P 4.5 '162 (11)105 414 MAPLE X P 4.8 163 (11)106 450 E GUNTER X X P 6.8 164 (11)107 OLIVE/MAPLE X X X P 4.9 165 (11)108 OLIVE/MAPLE X X P 4.0 ' 166 (11)109 421 OLIVE X X P 5.0 167 (11)110 520 E MAPLE X X X NP 7.8 168 (11)111 520 MAPLE X X NP 7.1 '169 (11)112 438 MISSION X X X P 4.6 170 (11)113 440 MISSION X X X P 4.3 171 (11)115 647 MAPLE X X X P 5.1 172 (11)116 530 FALLIN AVE X X X P 4.3 173 (11)117 543 ASSEMBLY RD X X P 3.3 174 (11)118 647 MAPLE X X X P 6.4 175 (11)121 412 ASSEMBLY RD X X X NP 4.8 Work Item Description 1 Replace frame and cover. 2 Frame seal. 3 coat manhole walls. 4 Pressure grout manhole walls. 5 Partial (P) or (C) complete replacement. 6 Replace bench and trough. 7 Seal between slipliner and pipe. • Legend: P - Paved Area NP- Non Paved Area ' -5- RJN ENVIRONMENTAL ASSOCIATES, INC. X.ANF:OLE WORK ITEM REPAIR FORM - FAYETTEV1:.LE, AR WORK ITEM SURF DEPTH JOB NO. MANHOLE LOCATION 1 2 3 4 5 6 7 TYPE (FT) 176 (11)122 500 VINSON X X X P 4.5 177 (11)123 450 ASSEMBLY X X X NP 3.4 178 (11)124 505 SEQUOYAH X(C) NP 6.1 179 (11)125 508 SEQUOYAH X X X X P 4.5 180 (11)126 VINSON/ASSEMBLY X X X NP 5.5 181 (11)127 450 ASSEMBLY X X NP 5.8 182 (11)128 402 ASSEMBLY X X X NP 8.4 183 (11)129 MAPLE/TANGLEWOOD X X X NP 7.0 184 (11)130 MAPLE/TANGLEWOOD X NP 10.3 185 (11)131 434 TANGLEWOOD X X X NP 7.7 186 (11)132 740 LAFAYETTE X X X NP 6.7 187 (11)133 400 TANGLEWOOD X X X NP 6.1 188 (11)134 400 TANGLEWOOD X X X NP 9.5 189 (11)135 408 ANDREWS AVE X X X NP 8.2 190 (11)136 412 ANDREWS X X X NP 6.4 191 (11)137 381 ASSEMBLY X X X NP 3.6 192 (11)138 106 DOGWOOD LANE X X X NP 7.6 193 (11)139 ASSEMBLY/SEQUOYAH X X X P 5.5 194 (11)140 334 REX X X X NP 7.3 195 (11)141 334 REX X X X P 5.2 196 (11)142 REX/WILLIAMS X X X P 6.2 197 (11)143 330 WILLIAMS DR X X X P 5.4 198 (11)144 LORAINE/WILLIAMS X X P 5.0 199 (11)145 1023 E SKYLINE X X X NP 8.9 200 (11)146 1000 E SKYLINE X X X NP 6.7 201 (11)147 884 E SKYLINE X X X NP 4.0 202 (11)149 ASSEMBLY/DOGWOOD X X X NP 7.3 203 (11)151 300 N SEQUOYAH X X X NP 5.8 204 (11)152 1023 WILLIAMS X X X NP 3.7 205 (11)154 1001 REBECCA X X X NP 4.3 206 (11)155 1031 REBECCA X X NP 4.9 207 (11)156 1011 TRUST X X NP 9.9 208 (11)157 524 REBECCA X NP 3.9 209 (11)158 624 MISSION X X X NP 2.4 210 (11)159 508 MAPLE X X P N/A I Work Item Description 1 Replace frame and cover. 2 Frame seal. 3 Coat manhole walls. 4 Pressure grout manhole walls. 5 Partial (P) or (C) complete replacement. 6 Replace bench and trough. 7 Seal between slipliner and pipe. Legend: P - Paved Area NP- Non Paved Area RAIN ENVIRONMENTAL ASSOCIATES, INC. MANHOLE WORK ITEM REPAIR FORM - FAYETTEVILLE, AR WORK ITEM SURF DEPTH JOB NO MANHOLE LOCATION 1 2 3 4 5 6 7 TYPE (FT) 211 (11)160 621 WILLOW X X X P 3.8 '212 (11)161 WALNUT/MAPLE X P 5.1 213 (11)162 630 WILLOW AVE X X X NP 2.2 214 (11)163 630 WILLOW AVE X X X P 3.2 '215 (11)169 529 COLLEGE X X X P 1.5 216 (11)177 525 MISSION X X X P 4.7 1 1 I Work Item Description 1 Replace frame and cover. ' 2 Frame seal. 3 Coat manhole walls. 4 Pressure grout manhole walls. 5 Partial (P) or (C) complete replacement. 6 Replace bench and trough. 7 Seal between slipliner and pipe. Legend: P - Paved Area NP- Non Paved Area -7-. N QE� ♦ l�.1 ' Y. Jp.Yvra' a -:l YT• .ti S. . • . • y * •? L H . •.: . A a: • . -. . . •. Vii... 1a y n I• . ., . . • 41 •,•,• i= "r / 4'. i.• .• . . .•' ., . 5 :4 h.l. t . .�.nl)3f y i 1 It. .. y am/ t t .1� a{yl .J Y, •I}Ii. l a m l 6}�j 4 r�J�Eha r+ryJ(ae^V`'• 1' v i 1� Y rF�•.' Krr v`s V $Li,Sffr. 3 VTR vim J L v yg'�Ytx� Y. iP ° `� �. vl 5'1/.yea. M1a .r♦ r . Y h45^kTR-" y < FPi:) Jry ( aF / ..-... Y Y= - I Llrz RESa�u n► Ii 54-a3 [ii ; • 1 Ci• 1 'J I PROJECT: Sewer Rehabilitation, PROJECT MANAGER: David Jurgens DEPARTMENT/DIVISION: Public 4345 fOII ei' )yy 10/11, Wilson Park Area, Please review the attached eentraet-an&/er change order between the City of Fayetteville and Benson Construction, Inc. fli ,i ci nn uaaA - Plato rnt m ant= Department Director Administrative Services Director / v Mayor sE J� L- ls�t`f ' - FAYETTEVI LLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDE To: Mayor Fred Hanna Thru: Kevin Crosson, Public Work Director Don Bunn, City Engineer From: David Jurgens, Water/Sewer Date: June 9, 1994 Subject: Sanitary Sewer Rehabilitation Change Order Please sign the three attached change orders for the Sanitary Sewer Rehabilitation contract with Benson Construction. These change orders represent the last details required to balance the contract. The three change orders reflect work items identified in the last weeks of construction, and produce a net decrease in the contract cost of $74,156.57. Change orders 11 and 12 identify small increases due to additional work required in the course of construction, and change order 13 reduces the contract price for all items included in the original contract which were not required to properly complete the job. The final cost is $1,721,903.02. This is $37,657.98 below the original contract price of $1,759,561. Further, we have negotiated a liquidated damages settlement of $18,000 which will be withheld from Benson's final payment. We already withheld an additional $8,295 to offset resident engineering (inspection) overtime expenses. The associated engineering contract with RJN Group will be settled within two months- after the post -rehabilitation evaluation is complete. It will be somewhat over the planned amount, but the overage will be more than offset by the liquidated damages and excess engineering monies withheld from Benson. Enclosures Change Order Review Form Change Orders 11, 12, and 13 (original copies) RESOLUTION NO. 54-a-1 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH BENSON CONSTRUCTION IN AMOUNT OF $1,761,161 PLUS A 5% CONTINGENCY OF $88,058 FOR THE SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION OF THE ILLINOIS RIVER WATERSHED, BASINS 10 AND 11, THE WILSON PARK AREA. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the Mayor and City Clerk to execute a contract with Benson Construction in the amount of $1,761,161 plus a 5% contingency of $88,058 for the sanitary sewer main replacement and rehabilitation of the Illinois River Watershed, Basins 10 and 11, the Wilson Park Area. A copy of the authorized contract is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 18th day of _May._, 1993. 1 1`1, i ` 1 APPROVED: By: Fred Hanna, Mayor ATTEST: By: �i�� A� Sri Sherry L. Thomas, City Clerk I". (g4co<ti e pJ S4-43 CHANGE ORDER • • ., 6r :,1. y: 1 R:. .•111:,1 . :O,:• 61 H i. ..• :. • • CONTRACTOR: Henson Construction 1 OF 3 CHANGE ORDER NO. 11 CITY CHANGE ORDER 14 PROJECT NO. 18-1035-00 DATE: May 4, 1994 I. DESCRIPTION OF CHANGES INVOLVED: The following changes are hereby made to the Contract Documents: ***For each item, describe the change, the reason for the change, and indicate the adjustment to the Contract Price and the Contract Time.*** Establish a new item: 7B Clam due to Contractor for unforseseen delays due to unmarked utilities, mismarked utilities and unforseseen subsurface obstacles. 1 L.S. See attached claim list for clarification. $7,847.58 l Change Order City of Fayetteville Sanitary Sewer Improvements SHEET 2 OF 3 CHANGE 11 ORDER NO. II. CHANGE ORDER CONDITIONS: 1. Any additional work to be performed under this Change Order shall be carried out in compliance with the Specifications included in the preceding Description of Changes involved, with the Supplemental Contract Drawings designated as , and under the provisions of the original Contract, including compliance with applicable Equipment Specifications, General Specifications, and Project Specifications for the same type of work. 2. This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with the guarantee provisions of the original Contract, particularly with those pertaining to performance and operation of equipment. 3. Contractor agrees there will be no additional extensions of contract time and no additional increase in Contract Price granted for this Chane Order or any previous Change orders. 4. The Contractor expressly agrees that he will place under coverage of his Performance and Labor and Material Bonds and Contractor's Insurance all Work covered by this Change Order The Contractor will furnish to the Owner evidence of increased coverage of his Performance and Labor and Material Bonds for the accrued value of all Change Orderswhich exceeds the Original Contract Price by twenty percent (20%). III ADJUSTMENTS IN CONTRACT TIME 1. Final Completion Date of original Contract November 15, 1993 2. Net change due to all 60 Days previous Change Order 3. Final Completion Date not including this Change Order No. 11 . . . . . . . . . .January 14, 1994 4. Addition to Contract Time due this Change Order No. 11 a. Avoidable Delay Extension. b. Unavoidable Delay Extension 5. Final Completion Date including this Change Order No. 11 . . . 0 Days 7 Days . . . . • January 21, 1994 SHEET 3 OF 3 CHANGE ORDER NO. 11 IV. ADJUSTMENTS IN AMOUNT OF CONTRACT: 1. Amount of Original Contract $ 1,759,561.00 2. Net (addition)(reduction) due to all previous Change orders 36,498.59 Nos. 1 to 10 $ 3. Amount of Contract, not 1,796,059.59 including this Change Order $ 4. (Addition)() to Contract due to this Change Order $ 7,847.58 5. Amount of Contract including this Change Order $ 1,803,907.17 RECOMMENDED FOR A ACCEPTANCE: iL/ �o✓� ,�EijJOW Gi�CA ( For RJN Environme 81 Associates, Inc. Date ACCEPTED: CONTRACTOR : StBy:ttf S gna re o OWNER: By:_____ Sian 3 -- t d </- presentative Date rized Representative Date CHANGE ORDER SHEET 1 OF 3 CHANGE ORDER NO. 12 CITY CHANGE ORDER 15 OWNER: Fayetteville. Arkansas PROJECT NAME: Sanitary Sewer Main Bgplacement & Rehabilitation 11inois River Watershed Basins 10 and 11 LOCATION: Fayetteville, Arkansas PROJECT NO. 18-1035-00 CONTRACTOR: Benson Construction DATE: May 27, 1994 I. DESCRIPTION OF CHANGES INVOLVED: The following changes are hereby made to the Contract Documents: ***For each item, describe the change, the reason for the change, and indicate the adjustment to the Contract Price and the Contract Time.*** A. Establish a new Item 7C 1. Claims due contractor for unforseen delay in rerouting unmarked drainage pipe on manhole replacement Job No. 46 ADD $1603.04 2. Asphalt resurface on Park St. (City portion) ADD $9037.50 3. Deduction for repair on 8" drain at Wilson Park Swimming Pool that was crushed by contractor and repaired by City DEDUCT $ 259.64 4. Deduction for replacement of property corner damaged by contractor at Olive and Johnson DEDUCT $ 300.00 5. Deduction for raising manhole to proper grade - work to be done by City per agreement with contractor supt. and City $ 291.95 'TOTAL PRICE ITEM 7C 1 L.S. - $'9821.95 SHEET 2 CHANGE ORDER NO. II. CHANGE ORDER CONDITIONS: OF 3 12 1. Any additional work to be performed under this Change Order shall be carried out in compliance with the specifications included in the preceding Description of Changes involved, with the Supplemental Contract Drawings designated as , and under the provisions of the original contract, including compliance with applicable Equipment Specifications, General Specifications, and Project Specifications for the same type of work. 2. This Change Order unless otherwise provided herein does not relieve the contractor from strict compliance with the guarantee provisions of the Original Contract, particularly with those pertaining to performance and operation of equipment. 3. Contractor agrees there will be no additional extensions of contract time and no additional increase in Contract Price granted for this Chane order or any previous Change Orders. 4. The Contractor expressly agrees that he will place under coverage of his Performance and Labor and Material Bonds and Contractor's Insurance all Work covered by this Change Order The Contractor will furnish to the Owner evidence of increased coverage of his Performance and Labor and Material Bonds for the accrued value of all Change orders which exceeds the Original Contract Price by twenty percent (20%). III. ADJUSTMENTS IN CONTRACT TIME 1. Final Completion Date November 15, 1994 of Original Contract . 2. Net change due to all 67 Days previous Change Order 3. Final Completion Date not including January 21, 1994 this Change Order No. _ . . • • • • • • • ' 4. Addition to Contract Time due this Change order No. 0 Days a. Avoidable Delay Extension. 3 Days b. unavoidable Delay Extension. . . . . . . . . . . 5. Final Completion Date including Jane, 25, 1994 this change Order No. 12 . . . . . . . . . 2 r.. SHEET 3 OF 3 CHANGE ORDER NO, 12 IV. ADJUSTMENTS IN AMOUNT OF CONTRACT: 1. Amount of Original Contract $ 1,759,561.00 2. Net (addition)(r) due to all previous Change Orders Nos. 1 to 11 $ 44,346.17 3. Amount of Contract, not including this Change order $ 1,803,907.17 4. (Addition)QQ@QQj() to Contract due to this Change 9,821.95 Order. $ 5, Amount of Contract including this Change Order $ 1,813,729.12 RECOMMENDED FOR ACCEPTANCE: 4 ACCEPTED ..,. .w.. ..,..va..,,.,,.out,P1 nbbucs aces, Inc, Date en/s e v Go,J �• Cm , ""� CONTRACTOR: a L, �� � By: �Ca /rncIt 5 Signature o A orize Representative OWNER: By: ///l 2 /�n4-14--- (Sig ureoAuthorizedRepresentative Date 3 0 e c ci7o�v : 54-93 IY • .I CHANGE ORDER SHEET 1 OF 3 CHANGE ORDER NO. 13 CITY CHANGE ORDER 16 OWNER: Fayetteville, Arkansas PROJECT NAME: Sanitary Sewer Main Rpplaramcnt & Rehabilitation T1linnic River Watershed Basins 10 and 11 LOCATION: Fayetteville, Arkansas PROJECT NO. 18-1035-00 CONTRACTOR: Benson Constriction DATE: May 27, 1994 I. DESCRIPTION OF CHANGES INVOLVED: The following changes are hereby made to the Contract Documents: ***For each item, describe the change, the reason for the change, and indicate the adjustment to the Contract Price and the Contract Time.*** Reconcile differences in final contract and original contract - See attached Comparison Sheets. 1 C • SHEET 2 OF 3 CHANGE ORDER NO. 13 II. CHANGE ORDER CONDITIONS: 1. Any additional work to be performed under this Change Order shall be carried out in compliance with the specifications included in the preceding Description of Changes involved, with the Supplemental Contract Drawings designated as and under the provisions of the original Contract, including compliance with applicable Equipment Specifications, General Specifications, and Project Specifications for the same type of work. 2. This Change Order unless otherwise provided herein does not relieve the Contractor from strict compliance with the guarantee provisions of the original Contract, particularly with those pertaining to performance and operation of equipment. 3. Contractor agrees there will be no additional extensions of contract time and no additional increase in Contract Price granted for this'Chane Order or any previous Change orders. 4. The Contractor expressly agrees that he will place under coverage of his Performance and Labor and Material Bonds and Contractor's insurance all Work covered by this Change Order The Contractor will furnish to the Owner evidence of increased coverage of his Performance and Labor and Material Bonds for the accrued value of all Change Orders which exceeds the original Contract Price by twenty percent (20%). III. ADJUSTMENTS IN CONTRACT TIME 1. Final Completion Date November 15, 1993 of original Contract 2. Net change due to all 70 Days previous Change Order 3. Final Completion Date not including January 25, 1994 this Change Order No. 13 . • • • • • • • • 4. Addition to Contract Time due this Change Order No. 0 Days a. Avoidable Delay Extension. 0 Days b. unavoidable Delay Extension. . . . . . . . . . . 5. Final Completion Date including January 25, 1994 this Change Order No. 13 . . . . . . . . . q I SHEET 3 OF 3 CHANGE ORDER NO. 13 IV. ADJUSTMENTS IN AMOUNT OF CONTRACT: 1. Amount of Original Contract $ 1.759.561.00 2. Net due to all previous Change Orders Nos. I to it. $ 54,168.12 3. •Amount of Contract, not including this Change Order $ 1,813,729.12 4. (sddSktOPi (Reduction) to Contract due to this Change Order. $ 91,826.10 5. Amount of Contract including 1,721,903.02 this Change Order $ RECOMMENDED F ACCEPTANCE: ACCEPTED: CONTRACTOR: J / Pijs4t) Vwc i,z' 60• Jet) By: OWNER: By: 3 Hy H Hb H H r H F' H H H H H H H H r H Dy Dy P Dy Dy DY Y Dy Dl W N H O 'D co J O' N A w W N H X < aw hro 3n '10 Xmro OH li 't';U a3'. CZ aro P) b W 3 (D CDW a O (DO m rt 0 O h r (D a W '10 0.0' 7 m th m aro h 33 ro3 D'm Wit CD Wro '-'•3 a3 W4 aro y C r rrr 7ro rro rw rt(D m rtr C 3' rt C (D r 0 C rtW w- 0r W r mm Y.rt m rtW m0 mro ma ow 77 3 no a s r m 0 m C 3 r C 00 rt r W rt 0 0 H 0m Cur Curt Curt ah O H KJm 3m W 4 aro Cm pa it C 3 m BID 3 m h m m a m m rt m H m O3 m 3 '1 m a 3 3W •a 3 W P13 H m 1W 3 W (OW 3 m W 3 '0 W rt h C rr 3 a a it 3 rr 3 rob' rr H H 't W h 3 m W Wit m m 3 x 3' 7 ra b 00 3 0 3' a rth 3' 3 0 0 a r E C tr C 0 m 3w a 0 a r r 01-' 3 Cu rt 0 rt r (0 3 3 r m m h m m a m 5' 3 E ro 0 3 it w 0 n r m 7 0 ODro CD 3 rt r =m 7 a N "t m m 0 it m r3. CD m th M < l+1 pJ M C < t4 C t'J P1 [4 C b Dy "7 7 7 DY "7 "1 Di 'h b Di Y H H CC 9 0yy H I-' H H a W 'O w H a O' N M H '0 to 0 N W W DD N C' H 01 Y O O N 0 0 0 to 0 O N 0 H w n . O . O 0 . 0 . 0 . 0 . 00 . . 0 . 0 . 0 . 0 . 0 O O 0 0 0 0 00 0 0 0 0 O n 0 N r N X4�7 ji q H H H N H 0 CD N 0 1.30 k H O a O (n H N 00 0 0 (n N N O 0 N W J U1 w W O r r r r w 'o rn . r . O 0 n .� . I-' . co . 0 . a . a W . . 0 . 0 W co H H a.0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 J O' H H N 0 0 0 0 0 0 oz . 0 0 0 0 0 00 0 0 0 0 o m H x 0 0 0 0 0 0 00 0 0 0 0 O en I 4 H C+1 a x • J H ' D H 1.3 H a W (n 0 A 'O 0 O O O W'0 'O N k [' "] F' N W 0' J N A OD H 0 W J J O 'O 0' N rA 0 H a W a J 0 l!' J I-' O N 0 O 0 to 0 0 O 0 '0 m 0 . o , , 00 0 00 . O 0 . 0' 0 . 0 0 . 0 0 0 0 m H 0 00 0 00 H k a w r C0 I-' iD 0 •O J H 0 0 • 00 o 0 H N.4 N 0 H N I!' 0 N O O N J C' 0' til W H W r r H W OD 'D '0 N W O' J N J O' N (n 0 0 to OD 0 0 to O+ O Cl O' OD 'O 0 0 0 0 0 0 0 r 0 0 0 0 00 0 A 0 0 0 0 0 0 0 00 0 0 0 0 0 t4 t9 n b t9 0. r r< 3 Y• 3 K m 0 r r K 3 3 CY 3 N • a W K W O rt rt rt CD m m DOD 0. a a . i r O O O O O O O O O O 0 O b rr O O O O O o O 0 0 ll(OCD:0�3A N r O t0 aD J 0t N A W N r A X m M m ro m b m M m M m ro m ro m M m ro m M m M 'am0 m 0 m o (D o (Do m0 m0 (Do m0 m 0 m0 o w wmE r• £ r• E r• £ r• E r• E r• E r• E r• E r• E r• E r• r• n m m ym7 mn m0 (Dtl mJ mo mo my m7 aO ma 7 t7•rm 0 n n rt n rr n rt 'lit n rt Pitt Mc? Pitt Pitt Pitt t n rr rt Comm m K K K K K K K Ii K H K K P1 (D w K KI m m m ID m m m m m m (D m m lit H ro ro ro t ro to to ro to 'n ro to rot wa H P1 a a w a w a a w w a w w to 0 I-. r• r• r• r• P. r r• r• P. r• r• P. Q. r n II K P1 K K n n K n K n n n 0 n E U Ii N Ot H N r r a W N W r m(D rt W N to to N N 0 0 0 0 (n 0 r n rai ro r r r r r r r r r r r m m r r - M M M M M M M M M M M M K rtmro a :m r r r H CD 0 0 0 O N ON Ot N W co W 0 2 r r r r r r r r r r r r r c . . . . . . . . . . . . Is Z CO ti CO rn CO CO CO N (0 Co CO CO CO • . . . . . . . . . . . . . H A W W a N N Ot N W a N a N .M 0 CO N W A OD m a N N H 0 W a N W 0 r 0 A N CD W W t0 0 OW J O 0 (1t 0 0 0 0 0 0 0 A 00 N . . . . . . . . . . . . . . O 0 0 O 0 0 0 0 0 0 0 00 O 0 0 0 0 0 0 0 0 0 0 0 00 0 0 b Y H A H r r r r r r r r r r r r O .411 00 Ou a W W a N N T N W a N . a . N . . W . N . W . a . O . O . a . N . OD . H 0 W A H ti W 0 H O a to CD N to t0 0 0 (n 0 O 0 N 0 0 0 0 O 0 O a 00 . O x . O . 0 . 0 . O . 0 . 0 . 0 . 0 . 0 . 0 . 0 . 00 CO O 0 O 0 0 0 0 O 0 O 0 00 O M H bxy 0 r r r r r r r r r r H r r N K r M a W W a N N Ot N W a In A N Ot Z W N W a DD O a In O H O W A H W 0 r a a N DD to W t0 0 O to N O O t a 0 0 O 0 a O a a O N 0 . O . 0 . 0 . 0 . 0 0 . 0 . 0 . 0 . 0 . 0 . 00 . . 0 CO O 0 0 0 0 0 0 0 0 O 0 00 0 H H t0 K Lii 0 IC N it 01 H N N �! O 3, 0 -- 3 W H O a H H H H H H H H H H H H 0 0 0 0 0 0 0 0 0 0 0 0 0 H N 00 N N K) N N N H H H H H H Li] a W N H 0 t0 co J m in a $ mw mw m Id m0 m ro ma m ro m to N ro m' m ro w w mu m ro tl NO NO NO N Q NO NO (D0 00 NO N O (D O NO coo (DO Di £ N Cu-' Cu-- E r• E r• E i- E r• E r• E i- Cu-- £ r• £ W E r• £ r• Vl Ntl Ntl Ntl Ntl IDtl (D wtl (D (D (D Ntl Ntl Ntl wtl n nrr nrt nrt nrt nrt nn nrt nrr nrr nrt nrt nrr nrr nrr n ti n n n n n n n n n n n n ro CD p3 '"a ro ro b ro ro 'Ti ro 'Xi ro 'Cl ro w w w w w w w w w w w w w w 0 r• r• r• r• r• r• r• P. r• r• P. r• P. H. z n n n n n n n n n n n n n n ON a H H H N a in H H W H A to N N U1 Ut 0 N m 0 0 0 0 N O N r r r r r r r r r r r r M M M M M M M M M M M M M "Ar H H H o m m m m a+ at m m 0 0 0 m a+ r r r r r r r r r r r r r r . . . I . . . . . . . . to y m rn Ol U1 N N U1 m m rA m W . . . . . . . . . . . . . . H ro n A m W W W N W A N N N W W a% w O H co A co N .0 N A OD co t0 J A A N N W 0 0 W 0 m H t0 0 co A N CO O O 0 0 0 0 0 N 0 0 0 0 0 0 b n . . . . . . . . . . . . . . H O O 0 0 0 0 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 0 0 0 0 0 n 0 lo HO 0 o H H H H r r H H H H H I- 141-3 n 0 W W W N W A N N N W W m n OD UI t0 N A O m t0 A A N HH H O 0 W 0 m H t0 0 CD A N 07 0 o 0 0 0 0 rn 0 0 0 0 0 O 0z . . . I . . . I I . . . O O 0 0 0 0 0 0 0 0 0 0 N o o 0 0 0 0 0 0 0 0 0 0 0 0 H M H ax H H H H H H H H H H H H H H H K M H A m W W W N W A N N N W W m 'Y. co A CD m t0 N A m co tD J a a N N (0 0 0 W 0 m H t0 0 0] A N CD O a 0 0 0 0 0 N 0 0 0 0 0 0 0 . . . . S . . . . . . . 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U1 O 0 O O O O O O 0 0 0 0 0 0 H H H H 0 A m m a N W O O O O O O H a k n n O O A W W W W W W 1 - to W W W W 0 0 0 0 0 N 0 w 7 D+' DO W W w O 0 Dy t9 r r W N r OD a r 'O in r 3 O'0D O'0 0 OH OPJ Omr r--mr Zkhamr '-Wt ramr Cr•Dr U ! . ! b• M7 Mx A m I•- W r(D r Nr m Y• r) -- m H• Arm Y• r5 M M m fr rt 'DE 5 ODr V 7 AI -1C 7 W0E 7 00 E 7 DI L0 W N aro 0•b rt mm mm mP. —ml.. ^• --m Y• `-'m F•• -(Di-. • rtH. 0 m< m< n (PI (DPI OhPJ5 rs5 r rJ5 n5 rt n5 wrt N memo F ND rJ 5 7 to r 'a r rt-' 'a r to Op-' 'a O r r H to 0 n <0 < D' 0.0' 0310 `••' O Nro rro o'ro 0,-'O 'U m m rt rr I•r (DO 'Or -0 0i -'•O Jr•O '01-h xola.O 3 m O 5 H H m i-'• n n m rt M ro M -X ro M ro M ro D' E E 0 (ON (DPI E rtm N rtm a m rtm r Ir• 0 m m 5 m m (DID o m N 0 m 5 m —o m O' z rt ry o P• rr —(DX b'x — Mx q.o•x r Mx '0x CD 05 037 r5 r• 2m r• 'Xnw mr• •� 0Xom • O r- ro 5 m rtm 0 m x r-* m r O m Z rt m id r O 5rt mrt —xrt Ert �- 3rt XErt art 'b m '0 '00' CD D' rJ 01 H. - m P. --. I-'- m r• r-- r r r m m < flit w rt 0 5 r m 5 r r 5 — m 5 w r S 5 w N Di rtm rm A —in rb'0 NF -' IQ r5'q '00 'a 5 ! 0 0 rt r 3 m m r �- w- 0 -- m r O m m O r 3: 0' m •-• m O 5 5 5 •-0 x rt - ! - I I O mrt it 0 r r [•J M mr r r r r r x • H H CC HHO Z H a a in r ,- U N 0 a 0 J 0 0 0' J W r CD 0 0 0 J W N CD O N • H o 00 0 0 0 0 0 0 0 O 00 0 0 0 0 0 0 0 0 O 0 0 H0 OD a r Ut a W N I0IS 'D U' I- N r '0 W r '0 0 An O in O 01 O O m w O W 0 '<H 0 N �... r w N in N N r W r a N O r 0 UI co J J . - . . 'S- . . - - . ("1 N in 0 N 0 in r '0 a '0 N H 'O a O 0 0 J OD O' '0 W 0 GJ O 00 0 0 0 OD N N 0 0 0 Z 0 00 0 0 '0 0 0 0 0 0 N y O 00 0 0 0 0 0 0 0 0 -3. a N • �J 0 r N - H x a J r• a N O in 0 0• W W J co W N 0 J N '4 I-' W N U N N 1 - CD a N r T r 0 J co co Z N J a W U' J J 0 O' 0 O' CCT. J m 0 N 0 J CD r O 0 0 0O r 0 0 0 O J O' Ut 0' 0 N 0 0 0 . 0 0 • 0 a 0 0 0 0 UI 0 00 0 0 0 0 0 O 0 0 H io F+ I-' N in H N in J co r O W K 0 A 0' N N UI 0 N CD N 0 O N 0 J r 0 J J 0 a a O O O a O O 0 O O 0 0 0 0 0 HHH H '< WD W `aa a N J I-. W O O' co in N O 0 N 0 c O a 0 O 0 0 0 0 0 0 0 9D N U' N W W W W W W W (4 W W W W (4 W G) G) M M M L9 LB L9 L9 O O f) () () Pt N r W N r a W N r to r A W N mr Or rr mr mr mr Or mr mr mr or m 0 1 W C • at • m 0(/1 • UI . UI • N N • N • N • 0 • O • CO m a M r a I- • a r r: 1- r s r 1 r t- r • ON r a m• a oro n I d I:7 • ro I ro m ro I I7 • IJ I ro m ro I C ad I I7 ma •< 'A I-.. • 1< < (0< r< m< r• n Ir Or O.r r() r[) IO C) rr O.r 00 h7 O Or r rr r A. ro m• a 0 0• it. •• O. • O• a • m m H m .Im • m m ` m m m m ` m ID m M am am m it m to 'am am m p.m mm to mm 'O£ 0 mm m O£ O•£ £ p.m it m£ £ mm 'dm 0.10 If)m m x m£ £ m m mm mitt £ mm it m£ £ m£ £ n 'am m m n m n n mm it n n m m mm m PI n roro ron n n n n n ro ro b ro ro b ro W W W to h) P. W. ni 'a ai a) 'a W b h) ai r• H. b to P. P. P. Y• m m it m m m m m m m m m m m m Y O O • r 1 1 r r r r r r r r r r r r r r C M M M M M M M M M M M M M M H ACn o0x 0HH m m in a W UI A W W W a a a W L9 in 0 a W :O a m m a m m m W N n • O O a O O O a O o o O O O a H O O 0 0 0 0 0 0 0 0 0 0 0 0 zO H;pO N F- W m m W I- F- 0 N N kO N W m N %0 a m W H f) a w J m 0 m 0 Ui a UI (Al 0 0 .413 0 N J N F- J }) N J W r r N F- a N N A O m A r J VI a a N W a a UI I.34 F- a J C r r A J F- J m m Ut 0 O 0 m a 0 N 0 0 m 0 A 0 0 • • • . • . . . • . 0flH Z• O O 0 0 0 0 0 0 0 O O O O N 7 o o O o O 0 0 0 0 0 0 0 0 0 H ['I F- r - N N r m m N F- W •D 70 y F- W A m J F- A m to F- W 0 O m H N •D W IA 'O Y m N m A F- W J l0 M F- a r W N 0 J W N N N r m A A r W m m M 'L• W a J N VI W a N r r l0 N 10 J a a m m •0 0 J m W m a 0 r UI 0 m W r a a 0 A N m A r to • • . . . . . . . • . 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 H I0 N W O r r m O N co N a 0 0 F- A m N co '0 co r m m o m m m W m UI 0 m a m N O O O O O O O 0 O O 0 0 0 0 0 1Hi b H F- f.. K A J r F- r J a vi W a r L9 m N N W a O F- to m N N r co J W F- '0 m a 'O u+ 0 0 . 0 0 0 0 3� 0 0 0 0 0 0 a m a O N H CO W W W W W (Al (Al W W W W W W W iC 4 4 Cl 4 4 H H H H H H S 5 0 Pf N A W N H 01 N A W N H N H W 3. m O m H OI H A C% A n OD 0 W O A p. A d A a m O H m H H H C f•• a W a s 0: < OD < OD (D OD m m IO 'CD 'CD O O. 09 OL rr M O O p ID: M 2 CD: m a (DPI 1 a a s m m m< mw m 'o m m > 0 n '0n '0'-' O' a r n E r• mC w< m m me 0. m 0. in r -0 mro -o A DI n n n n r1 on m n C''- P1 H 0 • m< I• H r m < < rr0 -o -0 0 0 E Del-' '00 HH 'C m m P. r • u-1-" '0 ro m• A• H r (y m n n 00. m 3 3 m m - H E mm a m m % 3 ' DI m m m 0 m R m m DI rr p O 7 m E o.m Z to m N IS O 0 O. rt 17 7 7 7' £ m m£ w r1 00 M ry p 7 0 0 m rt m m W p m m 3 .7 0 p 0 H H 14 ro p n r m m o 0 ro 0. H m m ro n n CD CD o. m m ro r• ro m < < n n m 'o 0 A r• ro I -'- I-' r r• it it ro rr 0 - ro m ro m n m W r• rr 7 I A m m P m m 0 0 i 0+ - 0 O O 7 Oi - - m m - I in M 'r0 'r+1 Y b b M '4 b :" D+ "1 '1 . . . H S H H r+ 'A Z 0 H 14 r N N H r H N N H H 0 O 0 0 0 0 0 O 0 OI !n J W O A IDO 0 O O O O O O O CD H J n . H 0 0 0 0 O 0 O 0 0 0 0 0 0 0 O O 0 0 000 0 0 0 O 0 0 0 0 0 C) 0 1p3 N N A H H N lO Y N N N In IO H CD OI H CO A N SO A In 0 0 W to 0 CD a a 0 0 A OD 10 KS 0 N a IO H N W W N W 0 W I0 01 J H t0 N 7 0 - S - - - - - - - - - N O:r1 OD J 0 0 OI W O N a ut 0 H OI N 5 - In N co UI 0 N OI a 0 0 0 H a W 0 N 0 0 0 0 0 0 0 0 0 0 N OD W OH .. . .0Z 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 y 0 0 0 000 0 0 0 0 0 0 0 0 0 H [" r "1 H HIN" W0 a.O tO Z I- m • •J A W H0% OI J W A J W O- N IO IO VI N W KH N Z OI A N N N W W IO 10 N OD 10 A W OD '0 A CD OD 0 In 10 W A N IO 0 Io H 0-4 0 N co 0 0 0 N ID a O 0 co J 0 0 0 N N 0 0 0 0 N H . •. . . •. . . . . . . 0 0 0 0 10 O 0 0 0 0 0 0 0 0 0 0 m • 0 0 0 %0 0 0 0 0 0 0 0 0 0 0 0 H io • N W H N H H W H A • lii A 0 W H N OI H - N - A I' 0I -• 0 N W a UI 0 0 O 0 W 0 • OI 0 0 0 O 0 co co O a O 0 0 0 0 0 O 0 0 0 0 0 H In K • I•+ 01 H J H W W J W N A CD H W M H u J OI H - (ftm - J W N - W H CD W UI W UI 0 0 In N W 0 co OD 0 W O O O O O O 0 O 0 0 0 0 0 0 () • O rn • J O) M W W W W W W W W W W W W W W W W W H uo ro ro ro 02 x r r r r r x x x x x M 1-a W N Ir r r F• U' A W N N 0' Ui a W N MW n 1 70 I Z1 H 0 0 9tl H 0 M n ., H D+ Ho Dy H a o '10 tl AO w m N H 0 r 0 H r o 0 3 m m (D 0 m m H 0 m e M : H '0 ro r H t-• N 7 w 0 N • H 7'0 'tiro 'd t 'On N m '40 HO 7 0 `< x 7 J 0 0 w7• w0 S w<0 r0' n m a on m 0 n H 0 B H H Y•w w H w f -O H Dl M rt C m w 7 w 7 N 0 N 7 CO r• (D rt 1- Fit r HEN CD) H (DD rt rtrt rt H X rt m rt m m rt w rt rt w rt m 7 to N a E (D N 000 N n ro H Cm 0. N 'C N 3 a rm w n 1 7 0 n w 0 m • a w m H H rt rt 0' ma b 0 < c N m V r• m rt b 7 'O 0 0 m s (I): '0 H. 7 w 7 rt H 7 w '0 rt H w rt c x w H m it w m 0 rt a to 0 7• H m H rt m 71 3 rt E •E 0 P111 w w tY w x £ mm X K r• w•w w ft m N 0 It O) 1-r w to w N rt t•• m i3 r rt It r• rt 7 H- n Ph(D r '< It 7 H 'on 7 N m 0 m O x 09 r H to 7 7 3 7 I-. (V o 9 o. w w r Oft w t0 rw• (D ct p 7 m rt \ It to r r r r M r M non no rn m m y r C ry . q Dy K K K K K K K K K '+] N m In • Co • - H 0 W W N t'.b.1 013 N W W OW '-' UI J 0 0 0 m 0 m N 0 N J W W W a O 0 0 N00 Ui O a a 0 a m N t+0' 0' n . S •0 S H 0 0 0 0 0 0 0 0 0 0 00 0 00 0 0 00 0 0000000 00 0 00 0 0 z0 H a a t-• •A W m N O o a N W m U• V• In Ui J 0 J a 0 O Ui 01-' Y N OW N 000 00 O Ui O a 0 0 K H 0 0 N 1.+ N m W a N O W W a U1 0 '0 V m 0' J Ui 0' 0 O' - 0 . . . . . . . . . . . . . . . . n H H 0 0' W N 0 '0 J 0 F+ 0 0 m a '0 m 0+ O 0 OW 0 N N 003 00 N 0 N N 0 0 O 0 O 0 0 0 0 0 0 00 0 003 O 0 oH I 0 . 0 • 0 • 0 . 0 . 0 . 00 . . 00 . . O . 00 . . 0 . 0 02. N 0 00 0 0 0 0 0 0 0 0 00 0 00 0 0 H a a a V•• N '0 0 0 t+ N 0 b z x OD m Ut H 0 • N CD N O H K 0 N 0 I-'0 N'0 J O O J0 '0 N '0 'O ut 0 r ^7 N W O' m N to F• m a m a N W J W N 0' V- J S. p p W W m 0 W a 0' 0 A 0 m '0 01 O J 0 0 0 O a 0 J m N J N O CD J U' 0 0 0 0 U' 0 0 0 0 N 0 0 0 . 00 . • 0 S 0 I 0 . 0 I 0 0 . 0 I 0 00 . • 0 . 0 N 00 0 0 0 0 0 0 0 0 00 0 00 0 0 H 70 0 J 0 N N N �M7 W N A a U' F+ J m J N J Ui Ui 0 0 O N Ui I p 0 S 0 0 0 S 0 O 0 0 0 0 0 jo H 0 N N N K W 0 m m N 0 W 0 W O O' VI M W F+ F+ N N J a '0 a O. . W 0 '0 0 W - 0 O 0 0 W O 0' N 0 0 p ut O 00 m 0 0 00 00 0 0 0 p 00 00 0 0 0 M a r a 9 x tr 1 y w n o m m • a . b b b W W (Al W H W (AlW W O O O O W W W W b b b H H H 00' N A m0 b p m W N H OD m N CD b b b N H H N O OH O iti ^ rt 01 r H 01 r H 01 r -car b (D [•J Q...j E w M '.0 H H W C b' M7 Mx HOMY• ONr ODNY• mN Y• o' xx 0G WO mm n mO [9 01 ft rt O E 7 MCD N E 7 A£ 7 P1 n'o n n I n 7 3 N t o N ft torn torn ... O Y• N Y• (D (D 7 Al H r M H N CO 7 N 0 Pt OH (OH n7 PIn7 P1n7 D1n7 a <0 3w N< n m G ND n 7 H 10 DC 7 W 7 'DO DIM (DO 4 0 N 7' ft r H n < N <P1 O^ M 0.0' 0.0' 0.0' 7 rt N 7 N O 7 4 m 7 b it rH P -I-' mIMO NO (DO (DO r•rt R O.O. OP' 1000. H P. n o .(O O M K M fr M 3 00 a< (D 0'D P1 r (D M O (D n (D -- 3 E £ E a 7 n (ti-'. Wry 0. M n 0 7 m m N ma' mm mm 7 m1C W-0. O W (DO x fl r nr HSx ^N x ..(DX -'(DX 7' O N Hrt On rt W N N 07 07 will-. H7r• H7 r• H7 r• 0 7o mn HO `C m• x 7 m 701 10 DI 0 IP o CD 0 N H N mro r S C 7 ft 7 rt art V it —Xrt (0 o 7 W mw ow rtr• H r r r to ro < Oct Oct 0 07 r 7 0 7 H 7 0 n W ft(D rtm '+W O^W 1O. -1q H^10 7 N OD rt r3 r•3 Hl-' 10H mH 0. 0 •-Y r ON Om Hm om om 0m 0 7 7 7 7 0: ... : ..- : V: E Wit Wit J M M M r r r r cn Ph r r r r r b b b M 'Ti M M b bS I7J ^J • • V1 O N N . S I qq N m OD ?ZZ x O z m a Ill a N J N OD N f0D H H 0 0 0 JFa J J N 0 0 0 0 A J9 O O A CD a 00 0 0 0 N H O C H O O 0 0 0 00 0 0 0 00 0 O a 0 0 0 00 0 0 O 00 0 O 0 0 N H N N Ot lO H N 10 m o H H 0 VI HO O N m J N N to f0 N H O 00 0 K H 0 Jry0p C. W O to W OD m N a N b 0 nz O O O 0 Ui m l0 (31 0 J Ui 0 H .+ • 0 0 N a N H N In 0 0 an 0 0 0 o A m In 0 00 0 0 0 0 . . . . . . . . . . . Ofl z 0 0 0 0 0 0 00 0 0 0 0 N O O o 0 0 0 00 0 0 0 00 0 'O N N N N )OZ H J N 10 H N 0 UI H b H O H H 0 0 N f0 J H H H N 0 K 'Ti N H N H H H m H co 0 CD W N m N N co m N H N W U N J l0 co Ill 0 0 A W 0 J N 0 0 0 00 0 0 A O 0 00 O 0 0 to N 0 00 O O O 0 00 0 0 0 00 0 In O O 0 0 0 0 00 0 0 0 00 0 H H H H N A m Ui H H 0 N H J m • 0 0 a N 10 m N w N 0 0 0 . 0 N 0 0 0 to 0 0 0 0 0 0 0 0 0 0 0 OIi 10 m H H 0 K O H H a G N N UI m ID H CD H m a OD N H 0 0 0 N H a O O n 0 O 0 0 0 0 0 0 O 0 0 0 • r O 0 0 Ph 3'• M. 44 'Ik 0 7 10 1O W rt OI CD %0 A A 0 y O 0 0 w 00 ' p. •1 MI M 0 0 w y r 0 N •y W A 3 Fj M m 0 M m O Y m r n Y 0 C n b PIDZ w m� 0 O+ d w /•• 0 H ly m ram M oa rt70 a M rtOa 7 m W m m 0 + :0 O0H 0 M h0 3 to ML'•m M ba 037a M W3a a rtrt'b E r• W W Ian rt N N< C C O rt r• • w rt r• O r rt r• E X r m 7 O m 7 rn r m m 0 Wmm MMMrf MMr* M WM rt XM P. Met mrt • Cm M U N M '< rt M m Pr W X N W m rt P' W Z m W 0 E a E 7 H • m3 W no m00 W00 b :m KJM (DPI wmm0 b m 0 N rt 7 a rt b m rt b W m Pit O a M r H .jo b m b O a OP. m 0P' r X M m 'fl 'O r H 7(t. 11M r C M r M r O <: m P. row 0r -r, 0 a rt N 0 W P. r• 7 W< Z 3 m I n P. a n P.O m M roM a'O wrt r rGr 'OC-. Ormm m W4mr- M M M'C pr P. m P) r O Q' 'O O m C a 0 00 m 7 m O 7 m r W rt r• w P. tb— E m N 0'n r b• m r•'o O m P' 3 r• rt 3 7 rt 3 m M + co m 'O y a m O m OW M r 0t CO IDrt N cor 'd M 00 W 0 N�r•hJ C C CC O' I r 0 W m m m O m M co r r r r r r r C • • S M S SM y y m y en H '0 J r W N W N I•,1 xOx co W N055 0 coW M H N a '0 W 0 0 I-. J '0 O' 0 0 w 0 • In N 0 0 0 O H N W to 0 0 0 0 0 I') H 0 SC) O 0 '0 M r r 0 '45 0 r 0 J W N H �O'p N 01 a W U J 0 W w H rn tO 00 00 0 r 0 0z o 0 0 0 0 N y p 0 0 '0 0 0 0 0 3. M H m Hzy r r r 0 r '.0 K r J N I-.• H H 'D J W w N 7. 0 N CD J 'b '0 0 0 w W I-' J O p n Ui N O 0 N rn 0P tO 0 0 0 H H K r r 0 0 p tO J W co co co N p N a '0 In H J SD a '0 N In N Un W H N N 0% 0' N r r �05j I-. W N M'p co N N 7P a J 0 '.0 O O' U) O w a • O • • 0 0 p 0 0 0 00 W -- r 0 0 °P -r• SI r rtb N Wad x '--• N r 0 N